Towing Hawser
ID: N0018925Q0415Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills (314994)

PSC

FIBER ROPE, CORDAGE, AND TWINE (4020)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking proposals for the procurement of a towing hawser, identified under solicitation number N0018925Q0415. The requirement includes a 12-strand, 900-foot towing hawser constructed in accordance with MIL-R-24750 standards, intended for use with the USS MESA VERDE, with a delivery timeline of 18 weeks after receipt of order. This procurement is critical for maritime operations, ensuring the availability of reliable towing equipment for naval vessels. Interested small businesses must submit their quotes, including detailed descriptions and compliance with all applicable clauses and provisions, by the specified deadline, and may direct inquiries to Elysia Allen at elysia.m.allen2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal clauses applicable to government contracts, primarily reinforcing the requirements for compliance with legal standards in awarding contracts for commercial products and services. It includes regulations related to safeguarding of contractor information systems, restrictions on telecommunications equipment, and various certifications required from offerors. Key provisions address whistleblower protections, telecommunications services prohibitions, and ensuring compliance with national security measures. The document emphasizes the importance of transparency and integrity in the procurement process, outlining specific obligations regarding contract management, employee rights, and the protection of sensitive information. Additionally, it details the evaluation criteria for offers, stating that contracts will be awarded based on the best overall value, including price and past performance. Compliance with labor standards and certifications regarding social responsibility, such as policies against child labor, is also emphasized. The structure is systematic, beginning with incorporated clauses, followed by specific provisions, and concluding with detailed contractor responsibilities. Overall, the file serves as a comprehensive guide for entities seeking to engage in federal contracting, ensuring adherence to regulations aimed at promoting fairness and security in government acquisitions.
    This document details the requirements and provisions related to telecommunications and video surveillance services or equipment that federal contractors must adhere to when submitting proposals or grants. It emphasizes adherence to Section 889 of the John S. McCain National Defense Authorization Act, which prohibits the procurement of certain telecommunications equipment and services from specified entities, primarily from the People's Republic of China, due to national security risks. Contractors are required to represent whether they provide or use covered telecommunications equipment and provide additional disclosures if necessary. The document also outlines procedures for contractors to check for excluded entities and mandates reporting if covered equipment is identified during contract performance. Furthermore, it requires certifications regarding delinquent federal tax liabilities and felony convictions, and it provides guidance on the Buy American Act regulations related to the origin of manufacturing for supplied products. Overall, this comprehensive outline aims to ensure that federal contracts avoid risks associated with certain telecommunications technologies while promoting compliance and integrity in contractor operations.
    The document outlines specifications for the procurement of an emergency towing hawser as part of a federal requirements proposal. The hawser must be a non-rotating, single-braided polyester 12-strand construction per MIL-R-24750 standards. It states clear minimum length requirements: a normal 600-foot hawser should measure at least 550 feet, while a nominal 900-foot hawser should not be under 825 feet, even post-resplice. The towing equipment package includes 274 meters of 305 mm braided polyester hawser, various connections and attachments such as detachable links and towing thimbles, and a chafing chain, all designed for use at a specific mooring station. The connections detail how the towing hawser is assembled for operational efficacy. Overall, the document serves as a technical guideline for suppliers responding to the RFP for specialized towing equipment, ensuring compliance with established military specifications and operational requirements critical for maritime towing operations.
    The document consists of a question and response regarding a specific component related to an assembly indicated in a diagram. The inquiry seeks clarification on Note 2 from the drawing associated with the towing hawser, particularly concerning the necessity of a thimble. In response, the document provides a reference to an attached blueprint (Drawing 4759441_A) that offers the relevant details to assist in understanding Note 2. This exchange exemplifies the technical communication typical in government requests for proposals (RFPs) or grants, highlighting the need for precise information and clarifications for project components. The document serves to ensure clarity in specifications and oversees adherence to project requirements crucial in government procurement processes.
    The document consists of multiple entries that detail the sensitivity markings applied by JEDMICS on 15-April-2008, indicating that these markings take precedence over any prior sensitivity designations. It also asserts that the distribution of the document is approved for public release and is unrestricted. Each entry is sequentially numbered and is consistent in presenting the same information about the sensitivity and distribution policy. The repetitive mention of the approval for public release suggests a standardized protocol regarding document dissemination within governmental frameworks. This reflects a commitment to transparency in government operations, particularly concerning the dissemination of information that does not compromise national security or sensitive data. Overall, the document serves as an administrative note emphasizing the procedural standards for handling and sharing governmental documents.
    Lifecycle
    Title
    Type
    Towing Hawser
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    1-TON CHAIN HOIST
    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 a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    1-TON CHAIN HOIST
    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 a 1-ton chain hoist. This contract requires compliance with various technical and quality specifications, including unique identification and valuation, inspection and acceptance protocols, and adherence to cybersecurity maturity model certification requirements. The chain hoist is critical for operational support within the Navy's logistics and maintenance framework. Interested vendors should direct inquiries to Eva A. Raczka at 771-229-0110 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    1-TON CHAIN HOIST
    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 a 1-ton chain hoist. This contract aims to acquire high-quality hoisting equipment essential for various military applications, ensuring compliance with specific technical and quality standards outlined in the solicitation. The goods will play a critical role in supporting naval operations and maintenance activities. Interested vendors should direct inquiries to Sarah E. Rice at 771-229-3872 or via email at SARAH.E.RICE14.CIV@US.NAVY.MIL, with proposals due within 60 days of the closing date indicated in the solicitation.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    40--ROPE,WIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of wire rope, specifically NSN 4010009515426, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of 7 units to be delivered within 115 days after order placement, with a total contract value not exceeding $350,000 over a one-year term. This procurement is critical for military operations, as the wire rope will be utilized in various applications across both CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    47--HOSE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Hose Assembly (47--HOSE ASSY). This contract requires the manufacturing of specialized hose assemblies that meet stringent quality and safety standards, as they will be utilized in critical shipboard systems where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The procurement is set against a backdrop of high-level quality assurance requirements, with specific testing and certification protocols outlined to ensure compliance with military specifications. Interested vendors should direct inquiries to Noelle M. Smith at noelle.m.smith10.civ@us.navy.mil, with proposals due by 4:30 PM EST on December 23, 2025.
    20--BRIDLE STRESS WIRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of Bridle Stress Wire, specifically NSN 2040006299905, under a total small business set-aside. The requirement includes a quantity of 19 units to be delivered to DLA Distribution San Joaquin within 154 days after order placement. This procurement is critical for maintaining ship and marine equipment, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    2-TON CHAIN HOIST
    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 a 2-ton chain hoist. This contract aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The chain hoist is critical for various operational tasks within the Navy, ensuring efficient handling and movement of heavy equipment. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the detailed requirements and deadlines specified in the solicitation documents.
    Wire Rope
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure wire rope, specifically 10 reels of 1-1/4” diameter wire rope (P/N: A92791-34-3060), with an option for 20 additional reels. This procurement is critical for the Prototype, Manufacturing, and Test Division (PMTD) and is limited to approved critical safety item sources, namely Wireco Worldgroup Inc., Bridon America Corp, and NAWCADLKE, due to their unique capability to meet the stringent requirements. Interested parties must note that this is a presolicitation notice and not a request for competitive proposals; however, responses will be considered within fifteen days of publication. For further inquiries, contact Danielle Russo at danielle.m.russo4.civ@us.navy.mil or call 240-587-2438.