Subsea Winch
ID: N6660426Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

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 quotes for a custom Subsea Winch with an Attachable Levelwinder as part of the Bottom Array Rapidly Deployed (BARD) Project. The procurement requires a system capable of deploying and controlling a specified load, integrating with existing government systems, and providing telemetry data, with key specifications including a minimum of 21,000 feet of 3/8” line, a payout speed of at least 6 ft/second, and a depth rating of 6,000 meters. This equipment is critical for undersea operations, ensuring efficient deployment and retrieval of underwater systems. Interested small businesses must submit their quotes by December 5, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires a custom Subsea Reel with Braking System for the Bottom Array Rapidly Deployed (BARD) Project, funded by the Office of Naval Research. This system will deploy and control a specified load, integrate with existing government systems, and provide telemetry data. Key requirements include a minimum of 21,000 feet of 3/8” Amsteel Blue line, a payout speed of at least 6 ft/second, the ability to hold a 4,000 lbs load, controlled deceleration, continuous braking in an unpowered state, and a 6,000-meter depth rating. The system must have an electric or hydraulic braking system with digital control, a control system for logic feedback, and integrated monitoring for speed, system health, and line deployment. It also requires redundancy of critical components, a compact form factor (72”x72”x48”), an auxiliary level winding system, and a robust mounting bolt pattern. The vendor must provide a Factory Acceptance Test (FAT) plan and report, an Interface Control Document (ICD), training for government personnel, a Technical Data Package, Standard Operating Procedures (SOP), and a maintenance plan. Monthly progress reports and meetings are also required. All work must adhere to national security and operational security guidelines, with the vendor responsible for electronic spillage remediation costs.
    This document outlines the distribution and export control requirements for Contract Data Requirements List (CDRL) items, specifically focusing on data classified under DISTRIBUTION STATEMENT D. This statement restricts distribution to the Department of Defense and U.S. DoD contractors only, due to administrative, critical technology, or foreign government information, and is subject to export controls. Any other requests for this data must be referred to PEO UWS PMS404. Additionally, an "EXPORT CONTROL WARNING NOTICE" is mandated for all CDRL items with identified distribution statements. This warning explicitly states that the document contains technical data whose export is restricted by the Arms Export Control Act or the Export Administration Act of 1979, and violations are subject to severe criminal penalties. Dissemination must adhere to DOD Directive 5230.25. The document emphasizes strict adherence to these regulations to prevent unauthorized disclosure and ensure compliance with federal export laws.
    Lifecycle
    Title
    Type
    Subsea Winch
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station.” The winch must meet specific requirements, including being marine-grade, capable of hoisting 18” x 60’ steel spuds, and powered by a Cummins 74-hp (or greater) Tier 4 compliant diesel engine, with delivery required within 15 days of award. This procurement is critical for marine operations and will be awarded based on the lowest technically acceptable price, with quotes due by December 18, 2025, and questions accepted until December 11, 2025. Interested parties should submit their proposals electronically to both Diana Curl and Rosalind Shoemaker at the provided email addresses.
    SADDLE WINCH REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources for the repair and delivery of a Saddle Winch for the USS Kearsarge. This opportunity is a Sources Sought notice aimed at identifying experienced contractors capable of fulfilling a Firm Fixed Price (FFP) contract, although it does not constitute a Request for Quote (RFQ) and does not obligate the Government in any way. The Saddle Winch is critical for operational capabilities aboard naval vessels, underscoring the importance of reliable and efficient equipment in maritime operations. Interested parties are encouraged to submit their expressions of interest, including company details and business size classifications, to Sara McGeein at sara.e.mcgeein.civ@us.navy.mil by 10:30 AM EST on December 9, 2025.
    Wire Harnesses
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide various electrical cables under RFQ N66604-26-Q-0070. This procurement involves a Firm Fixed Price contract for the supply of specific electrical cables, with a required delivery date of April 13, 2026, to Newport, RI. The goods are critical for defense applications, emphasizing the importance of reliable electrical components in military operations. Quotes are due by November 25, 2025, at 1400 EST, and must be submitted via email to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil, with all questions needing to be addressed by November 24, 2025.
    25--WINCH,DRUM,VEHICLE
    Buyer not available
    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.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Solicitation - 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 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.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    Winch Drum
    Buyer not available
    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.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.