OK-542 Stowage Drum/ Level Wind Assembly Carrier
ID: N6660425Q0193Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of the OK-542 Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict quality and compliance standards, including providing various certifications and documentation, with quotes due electronically by April 9, 2025. For further inquiries, vendors can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 1:47 PM UTC
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (RFQ N66604-25-Q-0193) to acquire an OK-542 Stowage Drum/Level Wind Assembly Carrier. This procurement is set aside for small businesses and will be conducted on a Firm Fixed Price basis. Quotations are required per the detailed specifications outlined in the Statement of Work (SOW) and associated documents, with strict adherence to industry standards mandated where applicable. Access to the technical specification drawings is restricted to offerors with an active Joint Certification Program (JCP) registration. To ensure compliance, bidders must provide welding procedure documentation or a plan to achieve certification. The award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Additionally, the solicitation is subject to various federal regulations and clauses, including performance standards, past performance assessments, and unique item identifiers for significant costs. Quotes must be submitted electronically by April 9, 2025, with specified delivery details included. This solicitation underscores the government's commitment to support and engage small business capabilities while ensuring adherence to quality and regulatory standards in federal acquisitions.
Apr 23, 2025, 1:47 PM UTC
The Statement of Work (SOW) pertains to the Towed Array Handling Equipment Facility (TAHEF) under the Naval Undersea Warfare Center Division, Newport. It outlines requirements for the procurement and manufacturing of a Unit 2 Carrier to support the overhaul of the OK-542 Thinline Towed Array Handling Equipment, essential for SSBN/SSGN 726 CL Submarines. The contractor must fabricate, prime, and paint the Carrier per specified guidelines and submit various compliance certifications, including a Certificate of Compliance, Mercury Free Statement, Certificate of Analysis, and process certifications for welding and painting operations. The document emphasizes adherence to security and quality standards, requiring non-destructive testing for welds and regular progress reporting. The contractor is also responsible for maintaining an Operations Security (OPSEC) program and adhering to safety and security norms while working on government facilities. The purpose of this SOW is to ensure that the necessary equipment supports Navy operations effectively while complying with technical and regulatory standards, showcasing the government's ongoing commitment to ensuring safety and operational readiness through precise oversight and regulation.
Apr 23, 2025, 1:47 PM UTC
The document details quality provisions and inspection requirements for the receipt of a Stowage Reel Carrier (Part No. 53X-02-146) at the TAHE Facility in Newport, RI. It outlines necessary documentation and compliance standards for the manufacturing process, including the requirement for a Certificate of Compliance, Mercury Free Statement, Certificate of Analysis, and Process Certification, all to ensure adherence to specifications and quality standards. Additionally, the document emphasizes the importance of using domestically sourced materials and specifies packaging requirements to prevent damage during handling and transportation. Several tables detail the exact documentation needed, such as test data and identification protocols. The overarching purpose of this report aligns with federal and military procurement requirements, emphasizing quality control and compliance in manufacturing processes essential for government contracts. This ensures that all items meet stringent standards to maintain operational integrity and safety.
The document outlines the expectations and requirements for tactical welding support at the Towed Array Handling Equipment Facility (TAHEF) under the Naval UnderSea Warfare Center Division Newport. It indicates that vendors must utilize specified Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) in compliance with relevant technical publications for contracts involving new weld fabrications. Vendors providing services for repairs only are required to submit their WPS only. The document also emphasizes that proper documentation must be provided by vendors for any formal contract award after TAHEF's review. Furthermore, Quality Assurance (QA) personnel will verify that the submitted WPS and PQR have received prior approval from the relevant government authority. This structured approach ensures the quality and compliance of welding procedures in line with federal standards during the execution of projects related to tactical components.
The document outlines the Vendor Information Request (VIR) process at the Towed Array Handing Equipment (TAHE) facility within the Naval Undersea Warfare Center (NUWC) in Newport, RI. It serves to address technical queries or issues related to work orders involving equipment. Vendors must provide information such as their company details, part nomenclature, quantity, serial number, and summaries of any nonconformities and proposed corrective actions. The TAHE facility personnel, upon receiving the VIR, will assess it according to various criteria, including logistical and technical acceptability. The process involves multiple reviews by departments such as engineering, purchasing, and quality assurance to determine the final disposition, which can be approved, conditionally approved, or disapproved. This structured approach aims to ensure that any discrepancies in material or services provided are effectively documented and resolved while maintaining clear communication with vendors. The instruction section emphasizes the importance of clear documentation and signatures throughout the process, ensuring compliance with federal standards for procurement and project management. Overall, this document plays a significant role in the governance of materials used in military applications, ensuring quality control and efficiency in procurement operations.
Apr 23, 2025, 1:47 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for Contract No. 1301213653, involving the Naval Undersea Warfare Center (NUWC). The purpose of this CDRL is to specify various data items required for compliance under federal regulations, specifically addressing certifications related to material usage and compliance verification. The primary items discussed include the Certificate of Compliance (COC), Mercury-Free Certification, Certificate of Analysis, Domestic Material Sourcing, along with technical reports and progress reports required for contract fulfillment. Each data item's compliance requirements, submission frequency, and distribution statements are clearly outlined. The document emphasizes the need for submissions upon completion of each delivered batch and restricts distribution to the Department of Defense and specific contractors due to the sensitive nature of the information. This structure reflects the government’s rigorous standards for contractor accountability and regulatory adherence, demonstrating a systematic approach to managing defense contract requirements.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Harpoon Cable Assemblies
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Harpoon Cable Assemblies, specifically focusing on non-recurring engineering services and the production of various cable assemblies for naval applications. The contract includes the design, certification, and testing of umbilical cables for international naval clients, with a total of up to 48 cables to be produced for different submarine classes, including Type-209, Romeo, and S-80. This initiative is critical for ensuring the operational readiness and quality of essential naval equipment, supporting Foreign Military Sales and international defense collaboration. Interested contractors must submit their quotes electronically by May 29, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further information.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, made from machined 6061-T6 aluminum. The procurement requires contractors to produce, test, inspect, and deliver these components in accordance with detailed specifications, including conducting First Article Tests and providing certification and traceability reports. This initiative is crucial for maintaining the operational readiness of the MK54 torpedo system, reflecting the Navy's commitment to efficiency and safety in defense contracting. Interested parties must submit their quotes by April 30, 2025, and can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
30--DR PULLEY BUSH ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 12 units of the DR Pulley Bush Assembly, identified by NSN 3H-3020-016877256-SQ. This procurement is critical for submarine logistics, as the item is essential for operational readiness, and the government intends to solicit full and open competition, although it is expected that the award will be made to the Original Equipment Manufacturer (OEM) due to the lack of available drawings or data for alternative sources. Interested parties must submit their capability statements to the primary contact, Jessica Grzywna, at jessica.t.grzywna.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued around April 4, 2025, and proposals due by May 6, 2025.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Towed Array Subassembly, which is critical for underwater sound equipment applications. This procurement requires compliance with various military specifications and quality assurance standards, including First Article Testing and production lot approval, to ensure the assembly meets stringent performance and safety requirements. The successful contractor will be responsible for adhering to detailed design and manufacturing processes, with a focus on quality control and configuration management, as the equipment is intended for use on submarines and surface ships. Interested vendors should contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, as the contract is set to be awarded following a competitive evaluation process.
30--PULLEY,GROOVE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a pulley, groove (Sheave) intended for use on Navy submarines. The contract requires manufacturers to meet stringent specifications regarding material, physical, and mechanical properties, as outlined in the procurement documents, including First Article Testing and compliance with various military standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring that all components are reliable and free from contamination, particularly mercury. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with quotes due by May 27, 2025.
20--STAVE SET,BEARING
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Stave Set, Bearing, under a federal contract. This requirement involves the manufacture and supply of specific components essential for ship and boat propulsion systems, with a focus on compliance with stringent quality and inspection standards. The goods are critical for maintaining operational readiness and safety in naval vessels, particularly submarines and surface ships, as they must be free from mercury contamination. Interested vendors should contact Catherine H. Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil for further details, and proposals must adhere to the outlined specifications and deadlines as indicated in the solicitation documents.
BARREL, DESURGER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Barrel Desurger, a critical component for shipboard systems. The contract emphasizes the need for high-quality materials and certifications, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. This procurement is classified as Special Emphasis material, requiring strict adherence to quality assurance and traceability protocols, with a delivery timeline of 365 days from the award date. Interested vendors should contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil for further details and to ensure compliance with the necessary regulations.
CUTTER HAWSEPIPE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cutter Hawsepipe, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance standards and involves the provision of specialized materials and components, including various parts that must meet specific military specifications and undergo rigorous testing and certification processes. This procurement is essential to ensure the reliability and safety of naval operations, as the materials involved are designated as special emphasis material due to their critical nature. Interested vendors should contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL for further details, with the expectation of a contract award within the next year.
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.