Bearing Support Structure (BSS) Inseperable Assembly Finishing
ID: BSS_FinishingType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Ship Building and Repairing (336611)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NSWC Carderock), is seeking contractors for the Bearing Support Structure (BSS) Inseparable Assembly Finishing project. This procurement involves completing essential finishing tasks such as syntactic fill, final machining, and painting of the BSS assembly, which were previously performed by the Naval Foundry and Propeller Center. The work is critical for the Engineering and Manufacturing Development of the COLUMBIA Class submarine propulsors, ensuring compliance with government standards and timely execution of tasks. Interested vendors must submit a capability statement demonstrating their qualifications and ability to meet the requirements outlined in the Statement of Work, with a completion timeline of six months from delivery of the BSS Inseparable Assembly. For further inquiries, interested parties can contact Matthew Craft at matthew.r.craft7.civ@us.navy.mil or Jonathan Mauro at jonathan.s.mauro.civ@us.navy.mil.

    Files
    Title
    Posted
    The Navy's Advanced Propulsor Management Office is seeking contractor support for the Engineering and Manufacturing Development of COLUMBIA Class submarine propulsors, focusing on the Bearing Support Structure (BSS) assembly. The project involves the external finishing of the BSS Inseparable Assembly, formerly done by a government facility. Key deliverables include developing an Assembly and Manufacturing (A&M) plan that outlines the approach to finishing the BSS, including steps for syntactic fill, machining, and painting, with Government Furnished Material provided. Contractors must create a comprehensive project schedule, participate in risk assessments, and furnish monthly status reports detailing expenditures and project progress. The contractor is responsible for effective program management, including maintaining authority lines, managing subcontractors, and communicating potential issues to the Government. Additionally, controlled unclassified information protocols must be adhered to during the project. Overall, the document details the contractor’s obligations to ensure timely and efficient execution of tasks associated with this critical defense project, ensuring compliance with government standards and requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    20--HUB AND CYLINDER AS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 30 units of the NSN 7H-2010-013800192, identified as the HUB AND CYLINDER AS, under a presolicitation notice. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined uneconomical to acquire the data or rights necessary for competitive bidding. This component is critical for ship and boat propulsion systems, emphasizing its importance in maintaining naval operational capabilities. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, and they may contact Alexander Craft at (717) 605-4147 or via email at ALEXANDER.CRAFT@NAVY.MIL for further details.
    Manufacture Spud Rails and Securing Brackets, Replace Spud Rail Securing Brackets for ARDM 4
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a firm fixed price contract to manufacture spud rails and securing brackets, as well as to replace existing spud rail securing brackets for the Shippingport (ARDM 4), a floating dry dock located in Groton, Connecticut. The procurement requires the contractor to produce three spud mooring rails and three securing brackets, adhering to strict naval engineering standards, and to manage the logistics of fabrication, installation, and non-destructive testing (NDT) of these components. This project is critical for enhancing the mooring capabilities of the Shippingport, ensuring operational readiness and safety for naval operations. Proposals are due by 12:00 P.M. EST on October 15, 2024, and interested vendors should contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    SEAL PLATE STUD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of SEAL PLATE STUDS, categorized under the NAICS code 332722 for Bolt, Nut, Screw, Rivet, and Washer Manufacturing. The procurement includes specific requirements for item unique identification, quality assurance, and compliance with military specifications, emphasizing the importance of these components in defense applications. Interested vendors are required to submit their proposals, ensuring adherence to the outlined technical and quality standards, with a focus on small business participation as indicated by the notice of total small business set-aside. For further inquiries, potential bidders can contact Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    31--BEARING,SLEEVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 11 units of a specific bearing sleeve identified by NSN 7H-3120-011677717. The procurement is characterized as a presolicitation notice, indicating that the government intends to negotiate with only one source due to the unavailability of data or rights needed for competitive procurement. These bearings are critical components used in various defense applications, and the government has determined that it is uneconomical to reverse engineer or purchase the necessary data from additional sources. Interested parties are encouraged to contact Lamar R. Crummel at (717) 605-6474 or via email at lamar.crummel@navy.mil for further details, with proposals due within 45 days of the notice publication.
    2023 Fastener BPA Review
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for competitively procured fasteners used in the Navy's nuclear propulsion plants. This opportunity focuses on fastener products classified under Federal Supply Class Codes 5305, 5306, 5307, and 5310, with an emphasis on compliance with military specifications and quality assurance standards. The procurement is critical for ensuring the reliability and performance of components within the Navy’s nuclear reactors, highlighting the importance of stringent quality control and adherence to military standards. Interested parties should contact James Benes at james.j.benes3.civ@us.navy.mil or call 717-605-4964 for further details, noting that this Request for Information (RFI) is a market research tool and does not constitute a commitment to contract at this time.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    BUSHING,SLEEVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of sleeve bushings, classified under the NAICS code 332991 for Ball and Roller Bearing Manufacturing. The procurement involves the supply of plain bearings, unmounted, and includes specific requirements for item unique identification, inspection, and acceptance protocols, as well as compliance with various military specifications and standards. These components are critical for maintaining the operational readiness of naval equipment and systems. Interested vendors should direct inquiries to Melissa Furness at 717-605-7821 or via email at MELISSA.FURNESS@NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.