Purifier System & Retrofit Kits
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 Department of the Navy, specifically the NAVSUP Fleet Logistics Center Puget Sound, is soliciting a sole source requirement for Purifier System & Retrofit Kits and associated services from GEA Westfalia. This effort involves troubleshooting and servicing Purifier Systems on Lewis and Clark Class Ships. The anticipated contract type is Firm Fixed Price. Offers are due February 19, 2026, at 10:00 AM local time.
Scope of Work
This requirement includes providing retrofit kits, SD cards, spare CPUs, and a spare HMI. Services from a GEA Westfalia OEM Technical Representative are also required for troubleshooting and programming the PLC and displays, as well as investigating the LO #4 bowl. Key deliverables include:
- Retrofit kits, SD cards, spare CPUs, and a spare HMI.
- GEA Westfalia OEM Technical Representative services for PLC/display troubleshooting and programming.
- Investigation of LO #4 bowl.
- Specific materials such as BOWL COMPL., IO4 CONV. SET, HMI, CPU, MEMORY CARD, and FLASH CARD.
- A Condition Found Report detailing "as found" conditions, repair recommendations, and required parts for lube oil and fuel oil purifiers.
- Rigging and logistics assistance.
- Training for the crew on maintenance and operational parameters.
- Testing of each purifier to the satisfaction of MSCREP upon completion.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, anticipated Firm Fixed Price contract.
- Set-Aside: UNRESTRICTED.
- Offer Due: February 19, 2026, 10:00 AM local time.
- Published: February 13, 2026.
Evaluation
Offers will be evaluated based on price reasonableness and past performance. Quoters submitting less than the entire effort may be deemed unacceptable due to the single award nature of this requirement.
Additional Notes
Offerors must be registered in the System for Awards Management (SAM) at http://sam.gov. All questions must be submitted via email to Jeremy Wells (jeremy.a.wells.civ@us.navy.mil) one day prior to the solicitation closing date. Invoices will be submitted via WAWF. Offerors must note all exceptions to the solicitation's terms. Applicable requirements include Cybersecurity Maturity Model Certification (CMMC) Level and Item Unique Identification and Valuation. Safety instructions for high voltage electrical systems must be followed. Packaging must comply with DODMANUAL 4140.01, VOLUME 9, MIL-STD 2073-1, or ASTM D3951, and wood packaging material with ISPM Publication No. 15. Shipments must be via fully traceable commercial freight.