Electromagnetic Compatibility (EMC) Chamber Upgrade
ID: N6660424Q0364Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (J054)

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 seeking quotations for the upgrade of the Electromagnetic Compatibility (EMC) Chamber B1319 LabB09 Chamber B24 in Newport, Rhode Island. This procurement is a total small business set-aside and requires contractors to provide a firm-fixed price for the upgrade services, along with associated data as specified in the solicitation. The upgrades are critical for enhancing the capabilities of the EMC chamber, which plays a vital role in testing and ensuring the reliability of electronic systems in defense applications. Interested parties must submit their quotations by 2:00 p.m. (EST) on August 22, 2024, and can direct inquiries to Jay Parker at jay.a.parker2.civ@us.navy.mil. The contract period is set from November 20, 2024, to May 19, 2025, with applicable wage determinations under the Davis-Bacon Act and Service Contract Act outlined in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-4089 by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for various occupations in Rhode Island. It specifies that contracts entered into or renewed after January 30, 2022, must pay covered workers no less than $17.20 per hour, while those awarded before this date must offer at least $12.90 per hour. The determination also lists specific wage rates for various occupations ranging from administrative roles to health occupations, along with required fringe benefits. Further, it highlights contractors' obligations under executive orders, including providing paid sick leave and complying with health and welfare compensation rates. The document emphasizes the need for employers to properly classify job roles and adhere to wage standards, ensuring compliance with labor laws. The information is crucial for contractors responding to federal grants and RFPs, as it outlines mandatory wage and benefit requirements, thereby supporting labor fairness and protecting workers’ rights in federally funded projects.
    The document provides a general decision on wage determinations for construction projects in Rhode Island as of July 12, 2024. It outlines minimum wage requirements under the Davis-Bacon Act, specifying different wage rates based on the type of contract and applicable executive orders, notably Executive Orders 14026 and 13658. Contractors are mandated to pay covered workers at least $17.20 per hour for contracts awarded or renewed post-January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The determination lists specific rates for various construction trades, including hazardous material handling, electrical work, plumbing, and laborers, each classified by the skill level and employee group. Notably, additional pay is stipulated for work involving hazardous materials or varying heights, as well as provisions for paid sick leave under Executive Order 13706. The document emphasizes the need for compliance with wage standards to protect workers and informs contractors of the appeals process for wage-related disputes. Overall, it serves as a guide for contractors and workers regarding wage expectations and regulatory compliance in federal and state-funded construction projects across Rhode Island.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Low Loss Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of Low Loss Cables as part of a combined synopsis and solicitation. The requirement includes specific types of cables with varying lengths and specifications, all of which must meet defined performance criteria, including maximum frequency and attenuation levels. This procurement is critical for supporting naval operations and ensuring reliable communication systems, with a firm fixed price contract expected to be awarded based on the lowest price, technically acceptable offers. Interested small businesses must submit their quotes electronically by October 18, 2024, at 14:00 EST, and can direct inquiries to Debra Dube at debra.j.dube.civ@us.navy.mil.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the SubHDR Antenna Pedestal Group Spares and Repairs under Solicitation Number N66604-24-R-0154. This procurement aims to secure services and supplies for the refurbishment and repair of the SubHDR Antenna Pedestal Group and select Mast Group Line Replaceable Units, alongside system engineering failure analysis, test station design, and configuration management services. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a maximum ordering period of ten years, divided into five two-year ordering periods, emphasizing the critical need for maintaining operational readiness of submarine communication systems. Interested contractors should submit their proposals by October 11, 2024, and can direct inquiries to Nicolas Favreau at nicolas.w.favreau.civ@us.navy.mil or Kristina Michael at kristina.e.michael.civ@us.navy.mil.
    CONNECTOR PLUG
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is soliciting quotes for 15 Connector Plugs (Part No. RSM09-12-14S) under Request for Quotation (RFQ) number N6660424Q0783, exclusively from small businesses. This procurement emphasizes the need for brand name items to avoid significant delays and costs associated with redesigning and validating alternative products, ensuring compatibility with existing defense systems. Interested offerors must submit their quotes, including detailed specifications and shipping charges, by 11:00 a.m. (EST) on October 23, 2024, to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil, adhering to various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses.
    Chamber Ceiling Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a chamber ceiling as part of a combined synopsis/solicitation (N0017825Q6609). The procurement involves the supply and installation of materials for a retrofitted three-cell environmental chamber, which must meet specific technical and safety standards, including waterproof sealing and compliance with OSHA and CDC guidelines. This project is critical for maintaining operational integrity in a regulated environment, emphasizing the importance of precision and adherence to manufacturing standards. Proposals are due by October 21, 2024, at 12:00 a.m. EST, with an anticipated award date in October 2024; interested parties should contact Lamar Anderson at lamar.b.anderson@navy.mil or call 540-742-4132 for further inquiries.
    COMMON ELECTRICAL HULL PENETRATORS (CEHP)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is soliciting quotes for the procurement of Imaging AEA Hull Penetrators for Shock Testing, under RFQ number N6660424Q0120. The contract is set for a Firm Fixed Price basis, requiring a total quantity of two Hull Penetrators to be delivered within 24 months after receipt of order. These hull penetrators are critical for testing and ensuring the integrity of naval systems, emphasizing the importance of quality and timely delivery in defense applications. Interested vendors must submit their quotes electronically by the specified deadline and can contact Bradley Wicks at bradley.r.wicks2.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    NUWCDIVNPT Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice issued by the Department of Defense, Department of the Navy, NUWC DIV Newport, for a Multiple Award Construction Contract (MACC) in Newport, RI. The MACC will have a total contract period of five years and will include various projects such as roofing, renovations, HVAC, painting, paving, low impact development, environmental/hazardous material abatement, and concrete/foundation work. The contractor will be responsible for providing management, labor, materials, equipment, transportation, supervision, and security controls for maintenance, repair, and minor construction projects at NUWCDIVNPT. The estimated contract value is over $10,000,000. The procurement is a 100% small business set-aside, and the NAICS code is 236220. The RFP is expected to be released in December 2023. Potential offerors must be registered in SAM to be eligible for award. Contact information for inquiries is provided.
    DT-100 STAVE PRODUCTION
    Active
    Dept Of Defense
    The Department of Defense, Naval Undersea Warfare Center Division in Newport, RI, seeks a small business contractor to produce DT-100 Staves for their submarine hydrophones and transducer systems. These critical components require precise manufacturing, testing, and delivery, adhering to stringent technical standards. The successful vendor will ensure compliance and provide progress reports, with the contract lasting five years. Expected contract award date: May 30, 2024.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.
    Warhead Expansion Boxes (WEB) and Cable Kits
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is soliciting proposals for the production of Warhead Expansion Boxes (WEB) and associated Cable Kits for the MK 48 Mod 7 Heavyweight Torpedo system. The procurement aims to secure high-quality assemblies and components, emphasizing stringent program management, engineering, and quality control processes to ensure compliance with defense specifications. These components are critical for enhancing the operational capabilities of the U.S. Navy's torpedo systems, contributing to national security. Interested contractors should contact Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Carolyn Gillman at carolyn.m.gillman.civ@us.navy.mil for further details, with the contract's anticipated completion date set for September 30, 2029.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Newport, Rhode Island. The procurement aims to assess, manage, and enhance the facilities and installed equipment and systems at the naval station, emphasizing the importance of maintaining infrastructure integrity to support naval operations. This opportunity is a 100% Small Business Set-Aside under NAICS code 561210, with proposals due by October 24, 2024. Interested contractors can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further information.