Emory S Land - FABRICATION OF SUBMARINE WEIGHT TEST EQUIPMENT
ID: N62649_ESLSubWeightType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR YOKOSUKAFPO, AP, 96349-1500, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 2:00 AM UTC
Description

The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is seeking small businesses to fabricate submarine weight test equipment for the USS Emory S. Land (AS 39), specifically designed for Virginia Class submarines. The contractor will be responsible for creating various test assemblies, conducting weight testing, and performing non-destructive weld testing in accordance with NAVSEA standards, ensuring compliance with strict safety and quality assurance protocols. This procurement is critical for maintaining operational readiness and safety standards in military vessel equipment fabrication. Interested parties must submit their capabilities statements by 11:00 AM Japan Standard Time on April 15, 2025, to the designated contacts, Rafael Battung and Jason Perez, with the anticipated delivery date for the equipment set for September 1, 2025, following an 80-day lead time.

Files
Title
Posted
Apr 3, 2025, 11:07 PM UTC
The document outlines technical specifications, revisions, and general notes concerning various test fixtures and assemblies utilized by the Naval Undersea Warfare Center Division Newport (NUWC). It specifies the purpose and requirements for assembly and testing interfaces related to submarine weapon handling equipment. The revisions include updates on parts and assemblies for specific submarine classes (SSN 688, SSBN 726, and SSN 774), detailing necessary test fixtures' capabilities and manufacturing standards. Key elements include load testing specifications, material requirements, dimensional tolerances, and visual inspection protocols to ensure safety and performance. The document serves as a comprehensive guide for contractors and government agencies to maintain consistency in testing and equipment assembly, adhering to strict U.S. military standards. By addressing testing protocols and safety measures, it aids in the operational readiness of naval assets and compliance with federal regulations regarding weapon handling equipment.
Apr 3, 2025, 11:07 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the fabrication of weight test equipment for the USS Emory S. Land (AS 39), specifically designed for the Virginia Class submarines. The contractor is tasked with creating several test assemblies, each requiring specific components and non-destructive testing of load-bearing welds per NAVSEA DWG 709-5032448 standards. The document specifies the quantity and Safe Working Load (SWL) for various test fixtures, including adapters and test stand assemblies, emphasizing safety by requiring that all exposed surfaces are free from hazardous edges. It mandates that any non-destructive testing and certifying documentation must meet strict quality assurance standards. Additionally, there is an 80-day lead time for delivery, with the earliest requested shipment date of September 1. The PWS serves as a directive for contractors seeking to participate in government contracts related to military vessel equipment fabrication. Its structure includes sections on scope, requirements, delivery location, and quality assurance, ensuring all parties understand the technical specifications and compliance needs involved in the project. Overall, the document reflects the government's commitment to maintaining safety standards in military equipment development.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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.
Perform Tensile Testing
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard, is seeking quotes for tensile testing services for two MIL-DTL-1222J GR B16 studs. The contractor will be responsible for performing axial tensile tests and providing a comprehensive test report detailing ultimate tensile strength, yield strength, and failure location, adhering to military and industry standards. This procurement emphasizes the importance of safety compliance, including OSHA regulations, and encourages participation from women-owned small businesses (WOSB). Interested parties can contact Theresa Clark at theresa.m.clark36.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further details, with submissions expected to follow the outlined instructions in the solicitation document.
49--TEST SET SUBASSEMBL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of four units of the Test Set Subassembly, identified by NSN 7H-4921-013697811. This acquisition is set aside entirely for small business concerns, as indicated by the Total Small Business Set-Aside designation under FAR 19.5, and the government has confirmed that the technical data package is complete with no restrictions on engineering or manufacturing. The goods are critical for torpedo maintenance, repair, and checkout, ensuring operational readiness and effectiveness of naval systems. Interested vendors should reach out to Rachel E. Kern at (717) 605-7296 or via email at RACHEL.E.KERN4.CIV@US.NAVY.MIL for further details, with the expectation that proposals will be submitted within 15 days of this notice.
CAPSTAN Technical Support
Buyer not available
The Department of Defense, specifically the Supervisor of Shipbuilding in Groton, Connecticut, intends to award a sole source delivery order for CAPSTAN Technical Support related to Virginia Class submarines. This procurement involves technical assistance from the Original Equipment Manufacturer (OEM) for the Virginia Class Block III Electric Mooring Capstan, including the replacement of motor and sensor cables, troubleshooting, and generating a detailed field service report over a three-day period at Naval Submarine Base New London. The selected contractor must provide all necessary testing equipment and comply with specific security protocols for base access. Interested parties are encouraged to express their interest and capability within 15 days of this notice, with inquiries directed to Roland Parrilla at roland.j.parrilla.civ@us.navy.mil or by phone at 860-433-2253.
66--Test weights, assorted. This is a PRE-Solicitation notice ONLY,Solicitation will be posted at a later date. Any questions MUST be EMAILED
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking to procure ASSORTED TEST WEIGHTS for the Puget Sound Naval Shipyard and IMF maintenance operations. The procurement will be on a 100% small business set-aside basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation is anticipated to be posted on or about 01 JULY 2017 and will be available for download on the Navy Electronic Commerce Online (NECO) web link and FedBizOpps.gov. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system. Any questions must be submitted in writing via email.
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.
USS EMORY S. LAND (AS-39) HP/LP Turbine Parts
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of high-pressure and low-pressure turbine parts for the USS Emory S. Land (AS-39). This procurement involves various components manufactured by Curtis-Wright, including piston rings, valves, and thrust bearings, which are critical for maintaining operational readiness and compatibility with existing equipment configurations. Interested vendors must submit their quotes electronically by April 25, 2025, with delivery of the required items scheduled for January 30, 2026, to a designated location in San Diego, California. For further inquiries, potential bidders can contact Edward Yarbrough at edward.b.yarbrough.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.
Universal Modular Mast (UMM) Spare Parts and Cylinders
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified contractors for the manufacturing and delivery of non-commercial components necessary for the maintenance and repair of the Universal Modular Mast (UMM) on VIRGINIA and COLUMBIA Class submarines. The procurement aims to identify vendors capable of providing a variety of spare parts and kits, along with incidental support services, while adhering to a Quality Management System compliant with ASQ/ANSI/ISO 9001:2015 standards. This initiative is crucial for ensuring the operational readiness and reliability of advanced submarine systems. Interested businesses are encouraged to submit capability statements detailing their qualifications and experience within two weeks of the notice, with the anticipated contract award expected during Q2/Q3 of FY26. For further inquiries, potential vendors may contact Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil or Dustin Bordelon at dustin.j.bordelon.civ@us.navy.mil.
49--TEST SET SUBASSEMBL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a TEST SET SUBASSEMBL. This procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the associated drawings and specifications, ensuring compliance with quality standards such as ISO 9001. The goods are critical for maintaining operational readiness of naval systems, particularly in torpedo maintenance and repair. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined contractual obligations and quality assurance measures.
39--CLAMP,MATERIAL LIFT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Lifting Clamp Assembly 2, which is essential for use on Navy submarines. This procurement requires compliance with stringent specifications regarding design, manufacturing, and quality assurance, including First Article Testing and various inspections to ensure the assembly meets military standards. The Lifting Clamp Assembly is critical for safe and efficient operations within naval environments, emphasizing the importance of quality and reliability in defense contracting. Interested vendors should contact Rachel Kern at rachel.e.kern4.civ@us.navy.mil or by phone at 717-605-7296, with proposals due by May 27, 2025.