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
    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
    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.
    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
    Similar Opportunities
    PERISCOPE SUBASSEMB
    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 the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    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.
    Virginia Class SSTG
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting a sources sought notice to identify contractors capable of providing technical services for the repair of Ship’s Service Turbine Generators (SSTG) on Virginia-class submarines. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; rather, it seeks capability statements from interested parties that can meet the specified requirements. The work involves adherence to various standards and regulations, including environmental compliance and hazardous waste management, as outlined in the attached draft Statement of Work. Interested contractors should submit their capability statements to the primary contact, Yijia Li, at yijia.li2.civ@us.navy.mil by the specified deadline, as telephonic responses are not permitted.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    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.
    53--LEVER,BALLAST SYSTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 263 units of a lever ballast system, identified by NSN 1H-5340-010640249. This procurement is intended to be negotiated with a single source under FAR 6.302-1, as the government has determined it uneconomical to acquire the data or rights necessary for competitive procurement. The lever ballast system is critical for operational readiness and maintenance of naval equipment. Interested parties are encouraged to express their interest and capability to fulfill this requirement by contacting Joshua Eshleman at (717) 605-6055 or via email at joshua.j.eshleman.civ@us.navy.mil, with proposals due within 45 days of the notice publication.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.