Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
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 Norfolk Naval Shipyard (NNSY), is conducting a Sources Sought for market research to identify qualified contractors for the Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade). This initiative aims to upgrade the existing, antiquated Programmable Logic Controller (PLC) system at Naval Station Norfolk (NSN) to enhance reliability, efficiency, and security. Responses are due by April 6, 2026, at 10:00 AM EST.
Scope of Work
The project involves the removal of existing process control equipment (PLCs, inlet/outlet cards, wires, Process Control Panels) and the furnishing and installation of a new, modernized process control system. This includes new PLCs, wiring, I/O cards, and process control stations with Human Machine Interface (HMI) screens. The new system must be a direct duplicate of an existing NNSY system to ensure component and software interchangeability. Key performance standards require micro-processor based PLCs capable of discrete analog inputs/outputs, communication with external devices, and adherence to NEMA and IEEE standards. The system must function within specified temperature and humidity ranges, be modular, and field expandable. Software must support IEC 61131-3 programming methods, and the system must include alarm processing and defined control point constraints. Control panels must conform to NEMA 250 requirements. Work will primarily occur at NSN, building CEP-198, with prefabrication and software development potentially off-site. The contractor will not operate the RLW system independently; NNSY approval and support are required.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed-Price
- Anticipated Duration: 12 months from award, with an option for a 6-month extension.
- Set-Aside: None specified (market research to determine potential set-asides).
- NAICS: 335314 (Relay and Industrial Control Manufacturing)
- PSC: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
- Response Due: April 6, 2026, at 10:00 AM EST
- Published: March 30, 2026
Information Requested from Industry
Interested sources are requested to provide:
- Company name, address, telephone, CAGE code, DUNS, point of contact, and socioeconomic status (if small business).
- A capabilities statement demonstrating the ability to perform 100% of the required efforts.
- Feedback on the attached DRAFT PWS regarding restrictiveness or alignment with industry standards.
- A Rough Order of Magnitude (ROM).
- Suggestions on the selected NAICS and PSC codes.
- Suggested CLIN structure and Period of Performance with a realistic timeline.
Special Requirements
Contractor personnel will be subject to security requirements including Defense Biometric Identification System (DBIDS) and NAVSEA Badging. Compliance with Privacy Act and Controlled Unclassified Information (CUI) handling is required. Adherence to Portable Electronic Devices (PEDs) policies, radiological requirements, and Hazardous Energy Controls (HEC) procedures is mandatory. A 3-day on-site training course for up to 12 personnel and one new laptop configured with necessary software are also required. Contractors must be registered in SAM.gov.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or commitment by the Government. No contract will be awarded from this announcement, and the Government will not pay for information submitted. Respondents will not be notified of the results.