Lead Brick Ballast
ID: N0016425Q0613Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding (331491)

PSC

NONFERROUS BASE METAL REFINERY AND INTERMEDIATE FORMS (9650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide 83,000 pounds of lead brick ballast for the installation of the AN/SLQ-32(V)7 BLK 3 system aboard the DDG-100 ship. The lead ballast must comply with the specifications outlined in QQ-L-171 Grade B and be packaged according to MIL-STD-129, with delivery scheduled to Vigor Marine Harbor Island in Seattle, WA, by May 1, 2025. This procurement is part of a broader initiative to enhance naval capabilities and is specifically set aside for small businesses, including economically disadvantaged women-owned small businesses, emphasizing the federal commitment to supporting diverse participation in government contracting. Interested vendors must submit their offers via email to Kelly Kapanzhi at kelly.l.kapanzhi.civ@us.navy.mil by the deadline of April 14, 2025, at 12:00 PM Eastern Time.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The document outlines the Statement of Work for the provision of 83,000 pounds of lead brick ballast for the AN/SLQ-32(V)7 BLK 3 system installation on the DDG-100 ship. The purpose is to ensure timely delivery of the ballast to prevent any delays during the ship's modernization period at the shipyard in Everett, Washington. The lead ballast must meet the specifications outlined in QQ-L-171 Grade B and be packaged and marked according to MIL-STD-129. The delivery will be made to Vigor Marine Harbor Island, with shipyard personnel responsible for unloading the delivery. The lead material can be sourced from reclaimed lead through authorized processes, confirming adherence to federal standards. This project is part of a broader initiative to upgrade naval capabilities through the installation of essential equipment in a timely and efficient manner.
Apr 10, 2025, 9:05 PM UTC
The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB). Specifically, it highlights a federal contract (N0016425Q0613) involving the provision and delivery of lead ballast for installation aboard DDG 100, with a due date for offers set for April 14, 2025. The contract mandates a 100% small business set-aside, emphasizing eligibility for small businesses, specifically economically disadvantaged women-owned small businesses and others. Key details include delivery expectations to Seattle, WA, by May 1, 2025, specific evaluation criteria (timeliness, past performance, and pricing), and firm fixed price arrangements. The document specifies terms of inspection, acceptance, and payment processes, with numerous regulations and clauses cited to ensure compliance with federal standards. These regulations cover various aspects, including the limitations on contracting practices, equal opportunity provisions, and definitions related to contract administration. Overall, the solicitation emphasizes federal support for small business participation in government contracting, particularly focusing on enhancing opportunities for women-owned enterprises.
Lifecycle
Title
Type
Lead Brick Ballast
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
BAR METAL ROUND LEVEL 1
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for the procurement of Level 1 bar metal round material, specifically under solicitation number SPMYM225Q0383. This procurement requires compliance with stringent quality assurance standards, including ISO-9000, and mandates the submission of various certification and inspection reports, such as Ultrasonic and Liquid Penetrant Test Reports, to ensure material integrity and safety for military applications. The awarded contract will be a firm fixed-price supply contract with delivery to Bremerton, Washington, and interested vendors must submit their quotes by May 1, 2025, at 10 AM PDT, with all necessary documentation sent to Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267.
CRES ROUND BAR (LEVEL 1 MATERIAL)
Buyer not available
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for the procurement of CRES round bars, classified under NAICS 331221 and PSC 9510, with a focus on compliance with stringent military specifications. This procurement is critical for shipboard systems, emphasizing the importance of material quality and safety due to the potential risks associated with failure. Interested vendors must submit fully completed quotes, including compliance with the Technical Data Package and relevant certifications, by 10 AM Pacific Time on November 15, 2024, with delivery expected by January 15, 2025. For further inquiries, potential offerors can contact Kim Vo at kim.vo@dla.mil.
BAR METAL ROUND LEVEL 1
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking quotes for the procurement of Level 1 Bar Metal Round material, specifically identified by National Item Identification Number (NIIN) 01-049-7958. This procurement requires compliance with stringent quality assurance standards, including ISO-9000, and entails the submission of detailed certification data regarding the material's chemical and mechanical properties, as outlined in the Technical Data Package (TDP). The metal bars are critical components for shipboard systems, necessitating rigorous adherence to specifications to prevent defects that could lead to safety hazards. Interested vendors must submit their quotes by 10:00 AM PST on May 1, 2025, and can direct inquiries to Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of the OK-542 Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict quality and compliance standards, including providing various certifications and documentation, with quotes due electronically by April 9, 2025. For further inquiries, vendors can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
95--BAR,METAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of 1,000 feet of nonferrous base metal bars, identified by NSN 1H-9530-013202139-L1. This acquisition is exclusively set aside for small business concerns, in accordance with FAR clause 52.219-6, and will include specific clauses addressing HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Women-Owned Small Business set-asides. The goods are critical for various defense applications, and the delivery location is specified as Portsmouth Naval Shipyard in Kittery, Maine. Interested vendors should reach out to Benjamin Spangler at (717) 605-2147 or via email at BENJAMIN.SPANGLER@NAVY.MIL for further details and to express their interest within 15 days of this notice.
66--Test weights, assorted. This is a PRE-Solicitation notice ONLY,Solicitation will be posted at a later date. Any questions MUST be EMAILED
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking to procure ASSORTED TEST WEIGHTS for the Puget Sound Naval Shipyard and IMF maintenance operations. The procurement will be on a 100% small business set-aside basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation is anticipated to be posted on or about 01 JULY 2017 and will be available for download on the Navy Electronic Commerce Online (NECO) web link and FedBizOpps.gov. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system. Any questions must be submitted in writing via email.
BARREL, DESURGER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Barrel Desurger, a critical component for shipboard systems. The contract emphasizes the need for high-quality materials and certifications, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. This procurement is classified as Special Emphasis material, requiring strict adherence to quality assurance and traceability protocols, with a delivery timeline of 365 days from the award date. Interested vendors should contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil for further details and to ensure compliance with the necessary regulations.
13--BLK3 TOWED ARR GROO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
BAR,METAL
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 nonferrous metal bars, specifically under the title "BAR, METAL." The contract requires the supply of high-quality metal bars that meet stringent specifications and quality assurance requirements, as these materials are critical for shipboard systems where any defects could lead to severe operational failures or safety hazards. Interested vendors should note that this opportunity is set aside for small businesses, and the contract will be awarded based on evaluations of past performance and compliance with the detailed specifications outlined in the solicitation. For inquiries, potential bidders can contact Benjamin Spangler at 717-605-2147 or via email at benjamin.t.spangler.civ@us.navy.mil, with the expectation that all materials must be delivered within 365 days of contract award.
CARTRIDGE,20 OUNCE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a 20-ounce cartridge, under a total small business set-aside. The procurement aims to fulfill specific material and physical requirements as outlined in the solicitation, which is critical for the operation of guided missile launchers. Interested vendors must adhere to strict quality assurance and inspection protocols, with a delivery timeline of 90 days post-award. For further inquiries, potential bidders can contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil.