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
    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
    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.
    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.
    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.
    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
    HULL PENETRATOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Hull Penetrators, which are critical components for shipboard systems. The contract requires the delivery of specialized materials that meet stringent quality and safety standards, as any defects could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for ensuring compliance with detailed specifications and quality assurance requirements, with a final delivery timeline set for 365 days after contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must adhere to the outlined submission protocols for certification data prior to shipment.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    13--FIN ASSEMBLY,TORPED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    25--WINCH,DRUM,VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of winch drum vehicles, specifically NSN 2590012156704, under a total small business set-aside. The solicitation includes a requirement for seven units, with delivery expected within 160 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These winch drum vehicles are critical components for vehicular equipment, supporting various military operations and logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
    1377 - 1377-01-170-1407; MW19; Cartridge Assembly, SEAWARS; DWG 851AS275
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 330 units of Cartridge Assembly, SEAWARS, under the National Stock Number (NSN) 1377-01-170-1407. This contract involves the delivery of explosive ordnance items, which necessitate compliance with safety and security regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002. The solicitation will be available on SAM.gov, and interested parties are encouraged to express their interest and capability to meet the requirements within 15 days of this notice. For further inquiries, potential bidders can contact Kyle Slusser at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    Winch Drum
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of Winch Drums, identified by National Stock Number 2590-01-592-5936. The contract will be a Firm Fixed Price, Long Term Supply Contract with a minimum order of 12 units and a maximum of 263 units over a five-year period, with deliveries primarily to the Red River Army Depot in Texarkana, TX. These winch drums are critical components for military vehicles, necessitating compliance with specific packaging and marking standards to ensure their protection and proper handling during shipment. Interested contractors must submit their proposals, adhering to the outlined requirements, and can contact John P. Moses at john.moses@dla.mil or 385-591-0890 for further information.