NCTAMS LANT DET Cutler-ML-6697A Vacuum Tube Rebuild Services
ID: N0018924Q0684Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified vendors to provide vacuum tube rebuild services for ten ML-6697A vacuum tubes in support of the Naval Computer and Telecommunications Area, Master Station Detachment Cutler, located in Machias, Maine. The contractor will be responsible for all labor, tools, equipment, and transportation necessary to complete the rebuild, with a performance period from September 30, 2024, to September 29, 2025, and a required delivery timeframe of 14 weeks after contract award. This procurement is critical for maintaining military communication operations, ensuring the reliability and functionality of essential electronic components. Interested vendors must submit their quotes by 10:30 AM EDT on September 20, 2024, and can direct inquiries to John Hill at john.c.hill36.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions related to a government solicitation for commercial products and services. It incorporates various clauses by reference, including requirements for the System for Award Management, contract compliance, and prohibitions on certain telecommunications and video surveillance equipment. Key topics include evaluation criteria for bids, emphasizing technical capabilities and pricing. The government intends to award a Firm, Fixed-Price contract based on the most advantageous offer, considering factors such as past performance, technical quality, and price. Quoters are instructed to submit comprehensive proposals electronically, including representations and certifications, along with technical and price documents. Clear guidance is provided regarding submission format, content requirements, and evaluation standards. The government reserves the right to award contracts based on proposals that best meet its interests, regardless of price alone. This document serves as a critical guide for potential contractors seeking to participate in government contracts, emphasizing compliance with specific legal standards and demonstrating capabilities aligned with government needs.
    The Performance Work Statement (PWS) outlines the requirements for the rebuild of ten ML-6697A Vacuum Tubes by the Naval Computer and Telecommunications Area, Master Station Detachment Cutler, located in Cutler, Maine. The contractor is responsible for providing all essential labor, tools, equipment, and transportation to complete this task, complying with specifications from Machlett Laboratories Inc. Delivery is expected within 14 weeks after the contract date, and the performance period spans from September 30, 2024, to September 29, 2025. Each rebuilt vacuum tube must be warranted for at least 3,000 operational hours. Should any vacuum tube be irreparable, the contractor must request an additional unit for rebuild services. Furthermore, the shipment must include sensors to monitor handling during transport; any damaged shipments will be returned to the originator for inspection. The file also includes information regarding points of contact and shipping addresses but excludes specific details to be provided upon contract award. Overall, this document serves to establish the framework for a government procurement process focusing on specialized repair services vital to military communication operations.
    The document outlines specifications for the ML-6696A and ML-6697A general-purpose triodes produced by Machlett Laboratories, suitable for industrial heating and AM broadcasting. Key features include rugged coaxial mounting structures, strong ceramic insulation, and high dissipation capacities: the ML-6696A supports up to 60 kW through water cooling, while the ML-6697A uses forced air cooling for 35 kW. Both tubes are designed to operate with plate voltages up to 16 kV and can generate power up to 80 MHz with reduced performance ratings. Critical characteristics such as filament voltage, current, and interelectrode capacitances are specified, alongside maximum ratings for both audio frequency power amplifiers and radio frequency amplifiers. Additionally, the document emphasizes the necessity for proper aging procedures when operationally integrating these tubes into new settings. It also highlights protective measures against electrical surges and faults, recommending electronic shorting devices for enhanced tube protection. This detailed technical documentation serves as a guideline for potential users, including government agencies or contractors, to ensure proper application and maintenance of the triodes, aligning with RFP or grant conditions aimed at efficient and sustainable performance in relevant industrial applications.
    The document is the "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, specifying minimum wage requirements for federal contracts. It outlines wage rates for various occupations, emphasizing compliance with Executive Orders 14026 and 13658, which mandate minimum wage payments of $17.20 and $12.90 per hour, respectively, depending on the contract dates and applicability. The wage determination specifies rates for numerous cities and counties in Maine, detailing occupation codes and associated rates for various roles, such as administrative support, healthcare, automotive service, and protective service occupations. Additionally, the document includes benefits regarding health and welfare, vacation, and holidays, along with specific conditions for employees working under hazardous circumstances or those needing uniform allowances. It discusses the conformance process for unlisted occupations and the responsibilities of contractors, promoting adherence to wage standards and classification requirements. This wage determination is essential for federal contracts, ensuring fair compensation and protection under labor laws, particularly as part of federal RFPs and grants aimed at promoting equitable employment practices in public service contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation for the Repair of Electron Tube, 10 KW Traveling Wave Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting offers for a five-year requirements contract focused on the repair of 540 units of the Electron Tube, 10 KW Traveling Wave Tube, identified by NSN: 7HH 5960-01-322-1337 and Part Number 573032. This procurement is critical for maintaining operational capabilities within naval systems that rely on electronic components, ensuring reliability and performance in various defense applications. Interested contractors should note that the deadline for receipt of offers has been extended to 4:30 PM EST on September 27, 2024, and must acknowledge receipt of the amendment to avoid rejection of their proposals. For further inquiries, contact Lance Geesey at lance.geesey1@navy.mil.
    Solicitation for the Repair of Electron Tube, Simplified Drive (SDR) Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) in Mechanicsburg, is soliciting offers for a five-year requirements contract for the repair of 125 units of the Electron Tube, Simplified Drive (SDR) Tube, with NSN: 7HH5960-01-499-7172 and Part Number 6625287. This procurement is critical for maintaining operational readiness and support for naval systems that rely on these electronic components. Interested contractors should note that the deadline for submitting offers has been extended to 4:30 PM EST on October 14, 2024, and must acknowledge receipt of the amendment to avoid rejection. For further inquiries, interested parties can contact Lance Geesey at 717-605-1313 or via email at lance.geesey1@navy.mil.
    59--ELECTRON TUBE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the Electron Tube, identified by NSN 5960001667693. This solicitation is classified as a qualified products list (QPL) item, indicating that only products meeting specific military specifications will be considered for procurement. The Electron Tube is a critical component used in various electrical and electronic equipment, underscoring its importance in defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after the award of the contract.
    59--ELECTRON TUBE
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of eight units of the electron tube, identified by NSN 5960010175449. This solicitation is a Request for Quotation (RFQ) and aims to fulfill specific military requirements for electronic components, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 168 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    VACUUM FILL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair and evaluation of a Vacuum Fill unit. The procurement aims to ensure the inspection, evaluation, and restoration of this government-owned equipment to first-class operating condition, adhering to specific manufacturing and drawing standards. This equipment is critical for operations involving nuclear reactors, highlighting its importance in maintaining national defense capabilities. Interested contractors should submit their quotations, including repair turnaround times and throughput constraints, to the primary contact, Zackary Loudon, at 717-605-7722 or via email at ZACKARY.LOUDON@NAVY.MIL, with a quotation validity of 60 days post-submission.
    VACUUM FILL EQUPMNT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of vacuum fill equipment. This contract requires the inspection, evaluation, repair, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the solicitation. The equipment is critical for various defense operations, emphasizing the importance of maintaining high operational standards. Interested vendors should submit their quotes, including pricing valid for 90 days post-quotation closing, and can direct inquiries to Zackary Loudon at 717-605-7722 or via email at zackary.loudon@navy.mil. The solicitation is set to follow a firm fixed-price purchase order structure, with additional details available in the provided documentation.
    CKU-5 Tubes Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the procurement of CKU-5 tubes, which are critical components for the assembly of Aviation Critical Safety Items (ACSIs) used in the CKU-5 Program. The procurement aims to secure hardware necessary for the manufacturing of CKU-5 rocket motors, emphasizing the importance of precise engineering and compliance with military specifications. Interested contractors must submit their responses by September 25, 2024, to Diane Hicks at diane.d.hicks.civ@us.navy.mil, and are encouraged to review the attached technical drawings and Contract Data Requirements Lists (CDRLs) for detailed submission guidelines and requirements.
    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.
    7025 - MAIN ASSY,DATA TRF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of three units of the MAIN ASSY, DATA TRF, under NSN 7R7025016437221, for Foreign Military Sales to Denmark. The repair work is designated as sole source to Mercury Mission Systems, LLC, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    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.