NFPC Lab testing IDIQ 3 years
ID: N6449826Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Testing Laboratories and Services (541380)

PSC

INSPECTION- SHIP AND MARINE EQUIPMENT (H320)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on non-destructive testing (NDT) services. The procurement aims to secure a range of lab testing services, including chemical analysis and various inspection methods, essential for ensuring the integrity and performance of naval equipment. The maximum order value for this contract is set at $520,265.29, with quotes due by November 30, 2025, at 3:00 PM local time. Interested parties should direct inquiries and submissions to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, ensuring compliance with registration in the System for Award Management (SAM) and adherence to security protocols.

    Point(s) of Contact
    Files
    Title
    Posted
    DD Form 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) form used in government contracting for data item submissions. This particular form outlines requirements for a "Test/Inspection Report" and a "B89 Certification Report" under Data Item A001, related to NDTI Lab Testing. The contractor is responsible for providing detailed test reports, including findings and results, within 10 days of test completion. Reports must be submitted electronically in Microsoft Office 2010 or Adobe PDF formats, with hard copies also required. Specific distribution instructions are provided, limiting distribution to U.S. Government agencies for performance evaluation. The form also includes comprehensive instructions for both government personnel in completing the CDRL and for contractors in estimating prices for various data groups (Group I to IV) based on the effort required to produce and deliver the data.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in federal government contracts to specify data deliverables from contractors. This particular form outlines requirements for a Government Property (GP) Inventory Report, specifically a Government Furnished Property Inventory Final Report (Data Item A002, DI-MGMT-80441D). Key details include the requirement for contractors to submit reports within 15 days of inspecting Government Furnished Material (GFM), with all GFM to be inspected within 30 days of receipt. Submissions must be in electronic format compatible with Microsoft Office 2010 or Adobe PDF and sent via email to specified government contacts. The form also includes tailoring instructions for the Data Item Description (DID), distribution statements, and clarifies approval processes, allowing 15 days for government review and 15 days for contractor incorporation of comments. The document also provides comprehensive instructions for both government personnel and contractors on completing and pricing data items based on the effort required.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracts to specify data deliverables from contractors. This particular instance, related to an "NDTI Lab Testing IDIQ 3 years" contract, details the requirement for a "Test/Inspection Report" (Data Item A003) under the authority of DI-NDTI-80809B. Key details include a distribution statement restricting access to U.S. Government agencies for performance evaluation, and instructions for contractors to submit a detailed service report within 14 days following preventative and scheduled maintenance visits. Reports must be emailed in a digital format compatible with Microsoft Office 2010 or Adobe PDF to specified Navy personnel. The document also outlines the government's responsibility to provide a "Test Request Form" with specific information when submitting samples for testing. Additionally, it provides comprehensive instructions for both government personnel and contractors on how to complete the DD Form 1423, including definitions for different price groups (Group I-IV) for data items, which determine how costs associated with data production are estimated and categorized.
    This document is a Request for Quote (RFQ) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for material testing and Non-Destructive Testing (NDT) services for the Naval Foundry and Propeller Center (NFPC). The contract, designated as N6449826Q0007, will span three years for ordering and four years for performance. Services include chemical analysis, extended duration load tests, microstructure analysis, tensile tests, hardness tests, fluorescent penetrant inspection (FPI) of fasteners, proof load tests of fasteners, and sample machining. The maximum order value is $520,265.29. Quotes are due by November 30, 2025, at 3:00 PM local time and must be emailed to jessica.m.kelley23.civ@us.navy.mil. Contractors must be registered in the System for Award Management (SAM) and adhere to strict security requirements, including safeguarding Controlled Unclassified Information (CUI) and Navy Nuclear Propulsion Information (U-NNPI).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    Testing and Inspection Physical Ppty
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Large Hydrostatic Test Chamber Design and Fabrication
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    Test, Engineering/Analysis Fleet Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    INSPECTION PENETRAN
    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 inspection penetrant products under a fixed-price contract. This procurement aims to acquire commercial chemical products necessary for the inspection and acceptance of supplies, ensuring compliance with safety and quality standards. The selected vendor will be required to provide detailed documentation, including Safety Data Sheets and compliance with various federal regulations, as part of the contract execution. Interested parties should direct inquiries to John A. Masters at john.a.masters15.civ@us.navy.mil or by phone at 771-229-0098, with proposals expected to remain valid for 60 days post-submission.
    66--TEST SET SUBASSEMBL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 63 units of the TEST SET SUBASSEMBL, identified by NSN 6665123891627. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 9. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in defense logistics. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by Part PWIPRM. This software is essential for measuring and controlling device manufacturing, aligning with the NAICS code 334519 and PSC code DA10, which pertains to IT and telecom business applications. The procurement is crucial for enhancing operational capabilities within the Navy's measurement and inspection processes. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or call 445-227-0085 for further details regarding this opportunity.
    INSPECTION PENETRAN
    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 inspection penetrant products under a fixed-price contract. This procurement aims to acquire commercial products that meet specific inspection and acceptance criteria, ensuring compliance with various safety and quality standards. The goods are critical for maintaining operational readiness and safety in naval operations, emphasizing the importance of quality assurance in the supply chain. Interested vendors should contact Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL for further details, with proposals expected to adhere to the outlined delivery and documentation requirements.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.