Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) Pearl Harbor, HI
ID: N00024-23-C-6106Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AMMUNITION AND EXPLOSIVES (J013)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to issue a sole source modification to contract N00024-23-C-6106 for the Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) at Pearl Harbor, Hawaii. This modification will procure an additional 57,002 man-hours per year to support increased production requirements for MK48 Heavy Weight Torpedo (HWT) maintenance actions, bringing the total to 279,115 man-hours for option years 1-4. The contract is critical for maintaining the operational readiness of MK48 torpedoes, including various maintenance actions and infrastructure support at the government-owned facility. Interested parties can reach out to Joann Vitek at joann.m.vitek.civ@us.navy.mil or (202) 781-0123 for further information, noting that this notice is for informational purposes only and does not constitute a solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    1356-01-533-5206 TH04 Igniter Torpedo Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the TH04 Igniter Torpedo Assembly. This opportunity involves the supply of explosive components, and bidders must be prepared to comply with safety regulations, including a required Safety Survey, as detailed in the solicitation. The igniter assembly is critical for torpedo operations, underscoring its importance in naval defense capabilities. Interested parties can obtain further information by contacting Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil, as paper copies of the solicitation will not be provided.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Active
    Dept Of Defense
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.
    Virginia Class SSTG
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors capable of providing technical services for the repair of Ship's Service Turbine Generators (SSTG) on a Virginia-class submarine at Pearl Harbor Naval Shipyard IMF in JBPHH, Hawaii, United States. The procurement falls under the Ship Building and Repairing industry with NAICS code 336611 and PSC code J020. This is a market research request and not a solicitation for proposal. Interested parties must submit a capability statement by the stated deadline for evaluation.
    Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking contractors for the evaluation, overhaul, and new manufacture of MK-82 and AN/SPS-49 Direct Current Motors. The procurement aims to secure services for two specific part numbers, emphasizing the need for technical data requirements and configuration management in the overhaul and manufacturing processes. These motors are critical components in naval defense systems, and the contract will be structured as an Indefinite-Delivery-Indefinite Quantity (IDIQ) arrangement, with a minimum contract value of approximately $16.47 million over a five-year period. Interested parties must submit their proposals by the extended deadline of September 26, 2024, and can direct inquiries to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil or by phone at 812-381-7159.
    MK 11 SEAL Delivery Vehicle
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to issue a one-year contract extension for engineering and technical support of the MK11 SEAL Delivery Vehicle system to Teledyne Brown Engineering (TBE) in Huntsville, Alabama. The contract extension is necessary to ensure continued specialized services that meet the Government's schedule constraints, with work expected to commence in October 2024 and conclude by September 2025. TBE is uniquely qualified to provide these services due to its technical certifications and resources, making it critical for the Navy's operational needs. Interested parties seeking subcontracting opportunities should contact Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Joseph Boyko at joseph.p.boyko2.civ@us.navy.mil for further information.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    30--INTENSIFIER,PNUEMAT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of the Intensifier, Pneumatic, under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-3010-015391608) and is intended for repair or modification of existing equipment, with the government opting to negotiate with a single source due to the lack of available data for competitive procurement. This equipment is critical for maintaining operational capabilities within the Navy's systems, and the contract is expected to be awarded based on the responses received within 45 days of the notice publication. Interested parties should direct inquiries to Amanda A. Gowdy at (717) 605-7562 or via email at AMANDA.A.GOWDY.CIV@US.NAVY.MIL.
    M--Modification 1 to Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI.
    Active
    Dept Of Defense
    Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking Port Operation services at Joint Base Pearl Harbor-Hickam, Hawaii. These services include equipment maintenance, equipment operation, inventory management, logistics support, and various other tasks related to port and harbor operations. The contract duration will be a 90-day phase-in, followed by a twelve-month base period, with options for additional years. The procurement is set aside for small businesses, and the selection process will be based on the lowest price technically acceptable source. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 11, 2016.