SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
ID: N0016424Q0318Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MODIFICATION OF EQUIPMENT- GUIDED MISSILES (K014)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) issued by the Naval Surface Warfare Center Crane Division, seeking proposals for various weldment services from Chesapeake Machining & Fabrication, Inc. The procurement is classified as a sole-source contract due to the company's proven expertise in refurbishing specific weldments. The RFQ details multiple items required, including STEM and MAST weldments, specifying quantities, part numbers, and delivery timelines (with delivery by September 30, 2025, for most items). It emphasizes that all quotations must adhere to federal acquisition regulations and outlines the terms for inspection and acceptance of goods. The document includes provisions regarding government rights to terminate contracts for convenience or cause, as well as clauses aimed at ensuring compliance with federal laws and standards. Overall, the RFQ aims to solicit competitive pricing and capability statements while firmly establishing minimum standards for procurement processes, addressing both compliance and efficiency in government contracting.
    Lifecycle
    Similar Opportunities
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.
    Various Quantities of the McMaster-Carr Brand Plasma Machine Repair Parts, as per attached Brand Name Justification -- Total Small Business Set Aside-- See All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, is seeking bids for various quantities of McMaster-Carr brand plasma machine repair parts as part of a total small business set-aside procurement. The objective is to acquire essential components necessary for the Operations Digital Swarm Project, which involves building critical hardware for electric launch motors. These parts are vital for maintaining operational efficiency and compatibility with existing systems, as McMaster-Carr is the only supplier that meets the precise specifications required. Interested vendors must submit their completed bid spreadsheets by September 24, 2024, to Jessica D. Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all line items are filled and adhering to the outlined submission guidelines.
    Crash Crane Special Tool and Fire Extinguisher Mounting Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure special tools and a fire extinguisher mounting fixture for the Carrier Crash Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC). This procurement is necessary to support the maintenance of these cranes, which are critical for salvage operations, and the modifications are required to ensure safety by accommodating a fire extinguisher within the crane's cab. Allied System Company (ASC), the Original Equipment Manufacturer, is the only entity with the technical data and interface dimensions needed for this project, thus the government plans to award a modification under the authority of 10 U.S.C. 3204(a)(1). Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; responses will be considered solely for determining whether to conduct a competitive procurement. For further inquiries, interested parties can contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.
    Welin Lambie Davits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.
    10--MERGER UNIT ASSEMBL, 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 Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Manufacturing, Testing, and Delivery of Slings, Sling Components and Sling Assemblies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Crane Division, is soliciting proposals for the manufacturing, testing, and delivery of slings, sling components, and sling assemblies. This procurement aims to secure specialized rigging and slings essential for defense operations, with a contract duration extending through June 30, 2027, and a focus on compliance with defined specifications and performance standards. The solicitation includes amendments that clarify submission requirements, extend the closing date to October 3, 2024, and provide access to Government Furnished Information (GFI) documents for prospective bidders. Interested contractors can reach out to Bradley Axsom at bradley.l.axsom.civ@us.navy.mil or call 812-381-3850 for further information.
    59--EWR RCVR CHASSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the EWR RCVR CHASSIS, which falls under the NAICS code 334417 for Electronic Connector Manufacturing. The contract will require the manufacture of new materials, adhering to strict quality and inspection standards, including ISO 9001 compliance, and will necessitate government source inspection and acceptance prior to shipment. This procurement is critical for supporting naval operations, ensuring that the supplied components meet stringent safety and operational standards. Interested vendors must submit their proposals via email to the Contract Specialist, Tonya Nearhood, at tonya.l.nearhood.civ@us.navy.mil, with a deadline for submission to be determined. For proposals exceeding $2 million, certified cost or pricing data must be included.
    Brand Name Custom 465 Material manufactured by Carpenter Technology
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses to procure Brand Name Custom 465 welding wire manufactured by Carpenter Technology. The procurement involves acquiring 500 pounds of this specialized wire, specified at a diameter of 0.062 inches, which must meet Aerospace Material Specification (AMS) 5936 standards and be delivered in 12-inch precision layer wound spools. This material is crucial for aerospace manufacturing applications, ensuring compliance with rigorous industry specifications for military use. Proposals are due by 4:00 PM EST on September 24, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, with all submissions adhering to the requirements outlined in the Statement of Work and CLIN Structure.