Build-to-print Warhead Coil Test Dolly Assembly
ID: N6660425Q0383Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

TORPEDO MAINTENANCE, REPAIR, AND CHECKOUT SPECIALIZED EQUIPMENT (4921)

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 soliciting quotes for the manufacture and delivery of Warhead Coil Test Dolly Assemblies and Online Dolly Test Rail Assemblies, under a total small business set-aside. This procurement aims to fulfill specific military requirements for testing equipment, ensuring compliance with government specifications and quality standards, including ISO 9001/AS9100D certification. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with quotes due by August 14, 2025, at 1400 EST. Interested parties should contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or call 401-832-2028 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotations for commercial items through Request for Quotation (RFQ) number N6660425Q0383, designed exclusively for small businesses under NAICS code 332312. The primary objective is to procure manufactured Warhead Coil Test Dolly assemblies based on government specifications. The contract will follow a Firm Fixed Price format with options and an award made using a Lowest Price Technically Acceptable (LPTA) basis. A total of five Contract Line Item Numbers (CLINs) outline the required assemblies and options, with delivery timelines specified. Offerors must ensure compliance with technical requirements, provide proof of capabilities, ship goods domestically, and avoid gray market items. Submitted quotes need to be valid for a minimum of 60 days, with shipping costs included in quoted prices. The document extensively details applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions, stipulating cybersecurity measures for eligibility and outlining registration requirements with the System for Award Management (SAM). Quotes must be submitted electronically by August 11, 2025, reflecting the government's process for acquiring essential defense-related products while maintaining strict regulations and technical standards.
    This document is a combined synopsis and solicitation (RFQ N6660425Q0383) for commercial items, issued by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). The solicitation is a 100% small business set-aside under NAICS code 332312 with a 500-employee size standard. NUWCDIVNPT intends to award a single Firm Fixed Price (FFP) contract with options for the manufacture and delivery of Warhead Coil Test Dolly Assemblies and Online Dolly Test Rail Assemblies, in accordance with Government drawings. Award will be based on the Lowest Price Technically Acceptable (LPTA) approach. Offerors must provide quotes for the required items and quantities, demonstrate capability to meet technical requirements including ISO 9001/AS9100D certification or equivalent QMS practices, provide proof of US origin for all shipped items (no drop shipping), confirm new products (no gray market), provide a point of contact, CAGE Code, and ensure quote validity for at least 60 days. Delivery is F.O.B. Destination to multiple naval facilities. Bidders must have active SAM registration and a valid Joint Certification Program (JCP) certification to access controlled drawings. Additionally, offerors need a NIST SP 800-171 DoD Assessment summary level score, not more than three years old, posted in SPRS to be eligible for drawings. Quotes are due by September 10, 2025, at 1400 EST via email.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    DT-513 Series Hydrophones
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    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.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    Savit D1-EOD Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the procurement of the Savit D1-EOD Kit, which consists of 19 distinct parts essential for explosive ordnance disposal operations. The procurement is structured as a Request for Quotation (RFQ) and requires the delivery of specific components manufactured by Savit Corp, including items such as the 'Thumb Plate' and 'Universal Controller Case,' with quantities ranging from 20 to 55 units for each part. This equipment is critical for ensuring the safety and effectiveness of military operations involving ordnance disposal, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotations by December 12, 2025, with an anticipated award date of January 15, 2026; for further inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or 540-742-8849.
    Special Connector Assembly, iaw PN M24231/13-003
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting quotes for Special Connector Assemblies (PN M24231/13-003) as part of a 100% Small Business Set-Aside opportunity. The procurement requires a total of four units with specific plasma coating, and the evaluation will be based on the Lowest Price Technically Acceptable criteria, with no discussions anticipated post-submission. Interested vendors must ensure they are registered in the System for Award Management (SAM) and provide comprehensive company information, including business size and relevant certifications, with quotes due by December 12, 2025, at 3:00 PM EST. For further inquiries, potential offerors can contact Emily Kritzman at emily.kritzman@dla.mil.
    20--SMALL DR ASSY NO 5
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Small Drive Assembly No. 5, identified by NSN 2040014384444. The requirement includes a quantity of one unit to be delivered to the USS Iwo Jima LHD 7 within five days after the award of the contract. This assembly is critical for the operational readiness of naval vessels, ensuring they are equipped with necessary marine equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Teledyne Acoustic Communications (ACCOMs) Hardware
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order for Acoustic Communications (ACCOMs) Hardware from Teledyne Instruments, Inc. This sole-source procurement is justified due to the proprietary nature of Teledyne's hardware, which is already integrated with existing government software, thus avoiding costly redesigns and schedule delays. The acquisition includes specific components such as transponders, mounting sleeves, cables, acoustic releases, and modems, all of which are critical for naval operations. Quotes are due by December 9, 2025, at 4:00 PM EST, and interested parties must ensure active registration in SAM. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.