MHU-191 Transporter Assemblies FY25
ID: N0017425R1006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Machine Shops (332710)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is soliciting proposals for the manufacture and delivery of MHU-191 Transporter Assemblies for fiscal year 2025. This procurement aims to secure a reliable supply of assemblies that are critical for transporting and loaning various weapons, stores, and equipment on combatant ships, ensuring operational readiness. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a base year and four option ordering periods, emphasizing firm-fixed pricing and adherence to military quality standards. Interested small business contractors must submit their proposals via DoD Safe by the specified deadline and can contact Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil or 301-744-6574 for further information and to request necessary documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Past Performance Questionnaire related to the federal solicitation number N00174-25-R-1006, issued by the Naval Surface Warfare Center (NSWC) Indian Head Division. It aims to collect feedback on an offeror's performance from agencies that have worked with them, providing a structured rating scale ranging from Exceptional to Unsatisfactory. This evaluation focuses on criteria such as customer satisfaction, timeliness, technical success, program management, and quality of services provided. Agencies completing the questionnaire must offer subjective responses on their recommendation for future contracts and any unique issues encountered with the contractor. The purpose of the questionnaire is to assess the offeror’s past performance and ensure informed decision-making in government contracting processes, reflecting the importance of reliable contractor evaluation in federal procurement.
    The document outlines the requirements for submitting a Past Performance Matrix as part of federal, state, and local RFPs. Offerors must detail up to seven relevant contracts, including specifics such as contract numbers, performance periods, contract values, work descriptions, and compliance with timelines and costs. Each entry must confirm whether the contract was completed on time and within the proposed cost, providing justifications for negative responses. It emphasizes that only references from the past five years are eligible for consideration, ensuring the relevance and recent experience of involved parties. The document aims to ascertain the performance reliability of both the primary offeror and their subcontractors by collecting and evaluating detailed past performance data, aligning with the principles outlined in FAR 2.101 and 3.104. This ensures that contracts awarded are to those with proven track records in similar projects, thus enhancing the likelihood of successful outcomes in current solicitations.
    The document outlines the requirements for submitting a Past Performance Matrix as part of a federal solicitation process. Offerors must provide details for up to five relevant contracts completed within the last five years, listing contract numbers, periods of performance, total contract values, descriptions of the work performed, and the relevancy of that work to the current requirement. The submission must indicate whether each contract was completed on time and at the proposed cost, including explanations for any discrepancies. The document emphasizes that only past performance references within the stipulated timeframe will be considered, adhering to federal guidelines for source selection as stated in FAR 2.101 and 3.104. This matrix serves as a critical tool for evaluating the Offeror's experience and reliability in meeting contract obligations relevant to future federal projects.
    The document presents a Non-Disclosure and Non-Use Agreement (NDA) related to the Naval Surface Warfare Center (NSWC) Indian Head Division's Solicitation N00174-25-R-1006, which concerns the MHU-191 Transporter Assemblies. The NDA is intended for a recipient organization requesting access to technical data from NSWC IHD for contract performance under this solicitation. Key points include the recipient's obligation to use the data solely for the stated purpose, restrictions on sharing the data with third parties, and the requirement to return all data upon request. The agreement emphasizes that the data remains U.S. Government property, and any improvements made by the recipient will also belong to the government. It includes clauses regarding compliance with U.S. Export Laws and prohibits reverse engineering of any provided materials. The document is structured into an agreement body followed by an attachment detailing distribution statements and property rights. This NDA is essential for protecting sensitive technical information within the context of government contracts and solicitations, maintaining security and proprietary rights in federal operations.
    The document outlines the Contract Data Requirements List (CDRL) as part of the Department of Defense's contract management process, specifically for the MHU-191 Transport Assemblies. It specifies various data items required from contractors, including test and inspection reports, qualification certifications, and requests for changes or deviations. Each item is detailed with submission requirements, frequencies, and delivery formats to ensure compliance with government standards. The document emphasizes the importance of technical data packages (TDP) and inspection protocols while highlighting the contractor's obligations for documentation and revision processes. The government retains rights to data and imposes strict guidelines to protect sensitive information, ensuring operational and administrative use. The completion of the CDRL is critical for maintaining transparency, accountability, and adherence to defense procurement requirements. Overall, this document serves to standardize and clarify data submission related to defense contracts, facilitating effective oversight of contractor performance.
    The document serves as an amendment to a solicitation, detailing modifications related to offer acknowledgment and contract order adjustments. It specifies that the solicitation's submission deadline may be extended and outlines the necessary methods for offerors to acknowledge receipt of the amendment. Offerors must confirm acknowledgment through specific actions, such as returning signed copies or referencing the amendment in communications. Additionally, the amendment clarifies modifications to contracts/orders, including the authority under which such changes are made. The terms and conditions originally set forth remain effective unless specified otherwise in this amendment. The purpose of this document aligns with government procurement regulations and processes, emphasizing the importance of formal communication and adherence to deadlines in federal requests for proposals (RFPs) and grants. Overall, it ensures that both the contracting authority and offerors maintain clarity regarding changes and expectations throughout the solicitation and contracting process.
    The document addresses a set of inquiries related to a government project encapsulated within an RFP framework. It confirms the existence of a National Stock Number (NSN) for a specific item (6RX 1740-01-570-8397) and indicates that the government is in the process of responding to questions about item specifications and an incomplete drawing package. Additionally, the document references a prior contract (N00174-20-C-0019), suggesting that this project may involve recompete conditions. The communication underscores the government's efforts to clarify documentation issues and the status of technical data packages (TDPs), which are critical for bidders to understand project requirements thoroughly. Overall, the document serves to update potential contractors on the current state of the project while addressing concerns regarding specifications and historical contracts.
    The document addresses inquiries regarding a specific government procurement related to a Technical Data Package (TDP) associated with National Stock Number (NSN) 1740-01-570-8397. It confirms that all vendors who had previously requested drawing packages will receive an updated TDP. The project referenced appears to be a recompete based on an earlier award, specifically N00174-20-C-0019. There is a noted request for the latest revision of the 3992AS series TDP due to an incomplete drawing package received through DoDSafe. The emphasis on updated TDPs and the mention of incumbent contracts indicate that the procurement process aims to ensure that all vendors have equal access to the necessary documentation for competitive bidding. This document is significant within the context of federal RFPs and grants as it highlights the importance of transparency and adherence to updated technical specifications in government contracts.
    The document addresses a series of questions and answers related to a specific government Request for Proposal (RFP). Central to the discussion is the clarification of various submission requirements, including the provision of a Technical Data Package (TDP), pricing formats, and content organization for proposals. Key topics include the obligation for vendors to submit complete RFP packages, acceptable software formats (PDF and Microsoft Office), and the structure for the Past Performance volume. Essential details confirm that a cost summary is optional, take note of the limitation on the number of relevant contracts to be submitted, and emphasize the importance of completing specified sections in the RFP. Additionally, clarifications regarding the inclusion of a master table of contents, compliance with the solicitation's terms, and the acceptable means of presenting past performance data are provided. The government emphasizes clarity in submission expectations, ensuring potential offerors are aware of the requirements for documentation, formatting, and the submission process. This document serves to guide contractors in their proposal submissions, ensuring compliance with the solicitation instructions while promoting a standardized approach to responding to the RFP.
    The document outlines a solicitation for a government contract regarding the manufacturing of MHU-191 Transporter Assemblies. It specifies that the contract includes a base year and four ordering periods, emphasizing firm-fixed pricing for the items. Key components include detailed requirements for the manufacturing process, first article testing, quality control, and delivery schedules, with clear protocols for compliance with various military standards. The contractor must ensure all materials meet specified quality standards and undergo rigorous inspection and testing processes, including First Article Testing (FAT) and Lot Acceptance Testing (LAT). Additionally, the contractor is responsible for maintaining meticulous records and adhering to security regulations, including Operations Security (OPSEC) protocols. Key deliverables involve certifications of compliance and documentation of deviations from specifications, while strict timelines for submissions and inspections are stipulated. The contract aims to ensure a reliable and efficient supply of Transporter Assemblies for the Naval Surface Warfare Center, ensuring operational readiness and adherence to safety and quality standards throughout the production lifecycle.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    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.
    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 proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    SWAGE KIT ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the assembly of a swage kit under a presolicitation notice. This procurement will be conducted on a full and open competition basis, with the intention of awarding a firm-fixed price supply contract, primarily aimed at small businesses as indicated by the total small business set-aside designation. The swage kit is crucial for military operations, emphasizing the importance of reliable power-driven hand tools in maintaining operational readiness. Interested parties should prepare to submit their proposals by December 11, 2025, following the solicitation's expected posting on SAM.gov around December 8, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at denise.e.manor.civ@us.navy.mil.
    20--HUB,PROPELLER,SHIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.