Hydro Testing, Painting and Refilling NRL owned Gas Cylinders
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) in Washington D.C. is seeking proposals for Hydro Testing, Painting, and Refilling of NRL-owned gas cylinders. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) on a Firm-Fixed-Price (FFP) basis. The purpose is to address a security condition by requalifying 226 "out of test" gas cylinders for scientific and technological research. Quotations are due by March 26, 2026, at 10:00 AM EST.
Scope of Work
The contractor will be responsible for:
- Pickup: Collecting 226 empty, nonpoisonous, and nontoxic gas cylinders (UHP Argon, Nitrogen, Hydrogen, Helium, CO2, Air, Oxygen) from NRL's storage location. A cylinder truck is required.
- Requalification: Performing hydrostatic testing on all cylinders in accordance with DOT regulations (49 CFR 180.201-217).
- Refurbishment: Sandblasting and repainting suitable cylinders according to MIL-STD-101C specifications.
- Refilling: Refilling requalified cylinders with specified gases and quantities as provided by the HAZMIN Center.
- Disposal: Identifying and disposing of cylinders that cannot be requalified.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 334513 (Measuring, Dispensing, and Other Pumping Equipment Manufacturing)
- PSC: AC15 (National Defense R&D Svcs; Department Of Defense Military; R&D Facilities & Maj Equip)
- Place of Performance: Naval Research Laboratory, 4555 Overlook Ave SW, Washington, D.C. 20375
- Performance Period: Pickup within 30 calendar days of award; entire process (hydrotesting, painting, refilling) completed within 60 calendar days from pickup.
- Response Due: March 26, 2026, 10:00 AM EST
- Published Date: March 19, 2026
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced offer(s) will be technically evaluated against the stated requirements. Technical acceptability is determined by meeting all minimum requirements/specifications.
Submission Requirements
- Submit 1 (one) copy of your technical and price quote via email.
- Include your company's DUNS Number and CAGE Code.
- Reference the solicitation number in your correspondence and email subject line.
- Include a statement regarding acceptance of terms and conditions, or list exceptions with rationale.
- Offerors must have an active registration in SAM.gov.
Points of Contact
- Purchasing Agent: Natalie Waugh (natalie.f.waugh.civ@us.navy.mil, 202-923-1538)
- HAZMIN Center (SOW questions): Michael Kelton, Monisha Carter, Tyese Roebuck (NRL_hazmincenter@us.navy.mil, 202-767-3338)