Complexity Reviews - Columbia / Virginia Class shock qualification programs
ID: N0016725Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; APPLIED RESEARCH (AC32)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking bids from small businesses for engineering support related to shock qualification programs for the Columbia and Virginia Class submarines. The procurement involves conducting low and high complexity reviews of both contractor-furnished and government-furnished equipment to ensure compliance with established shock specifications, with deliverables including technical reports and presentations. This initiative underscores the government's commitment to maintaining high standards in submarine defense capabilities, with a total contract value of up to $999,000 over three years, evaluated on a lowest price technically acceptable (LPTA) basis. Interested parties must submit their quotes by January 31, 2025, and direct any inquiries to Steven Besanko at steven.besanko@navy.mil by January 24, 2025.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 8:06 PM UTC
This document is a DD Form 254, which specifies classification security requirements for a U.S. Department of Defense contracting effort. It outlines that the required facility security clearance is "Confidential," and the contractor will engage in providing engineering services for submarine equipment shock qualification. Key details include the necessity for access to various classified information types, including Naval Nuclear Propulsion Information (NNPI) and Controlled Unclassified Information (CUI). The contractor and any subcontractors must comply with stringent security measures, safeguard classified information, and have specific protocols for public releases. Additionally, several security classification guides are referenced, ensuring that the contractor adheres to updated national security regulations. Overall, the document emphasizes the importance of protecting sensitive information throughout the contract's duration, aligning with federal security protocols within the context of military operations and technology development.
Jan 17, 2025, 8:06 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) seeks bids for engineering support on shock qualification programs for the Columbia and Virginia Class submarines. This solicitation is specifically set aside for small businesses and is valued up to $999,000 for a Blanket Purchase Agreement (BPA) over three years, with an evaluation based on the lowest price technically acceptable (LPTA). Contractors are required to conduct low and high complexity reviews of contractor-furnished and government-furnished equipment for compliance with shock specifications defined in marine standards. Deliverables include technical reports, meeting minutes, and PowerPoint presentations, handled by engineers with relevant qualifications in mechanical or civil engineering. The contractor should attend meetings, provide commitment reviews, and interact with various Navy engineering teams. The project's security requirements mandate classification up to CONFIDENTIAL, and all protected information must be managed according to strict protocols. The submission deadline for quotes is January 31, 2025, with a cutoff for inquiries on January 24, 2025. This RFP underlines the government’s commitment to maintaining stringent standards in submarine defense capabilities through strategic partnerships with small businesses.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair of Shaft, Submarine - Qty: 1 with option for 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of a Virginia Class submarine shaft, with an option for an additional unit. This procurement is set aside for small businesses and involves a two-part process that includes detailed contract specifications, pricing, and delivery requirements, all governed by federal regulations and military standards. The contract is critical for maintaining national defense capabilities, emphasizing compliance with the Defense Priorities and Allocations System. Interested parties should direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil, and must adhere to the submission guidelines outlined in the solicitation documents.
Repair of Virginia Class Propulsor Rotor Assembly
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting qualified contractors for the evaluation, repair, and modification of a VA Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement requires adherence to detailed technical specifications and compliance with Navy regulations, including inspections, repairs, and post-repair processes such as painting and balancing, all while ensuring confidentiality and quality control. This opportunity is critical for maintaining the operational readiness of naval vessels, with a delivery deadline set for July 24, 2026. Interested vendors must submit firm fixed-price quotations by April 21, 2025, and can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil for further information.
60' Dive Support Boat
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contract is a HUBZone set-aside, emphasizing the need for compliance with specific technical specifications, including operational capabilities, safety standards, and environmental resilience, as outlined in the detailed Request for Quote (RFQ) and associated documents. This specialized vessel is crucial for supporting Navy divers in various missions, ensuring operational readiness and effectiveness in naval operations. Interested contractors must submit their quotations electronically by April 4, 2025, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors for the repair of two Trident Shafts, with an option for one additional unit, as part of the TRIDENT Planned Equipment Replacement Program (TRIPER) supporting Ohio Class submarines. The procurement will utilize FAR Part 15 contracting procedures, and the selected contractor will be responsible for providing repair services for the shafts, identified by NSN 2010-01-111-9593L1, which are critical components in submarine propulsion systems. The solicitation number N00104-25-R-F010 will be made available electronically approximately 15 days from this posting, and interested parties are encouraged to reach out to the primary contact, Kathryn Shutt, at kathryn.e.shutt.civ@us.navy.mil for further details. This opportunity is set aside for small businesses, with a NAICS code of 336611 and a size standard of 1,250 employees.
Warping Capstan #3
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to perform testing services for the Warping Capstan 3, specifically focusing on torsion and rated load testing to ensure satisfactory operation. The objective is to evaluate the capstan's performance and compliance with specified metrics, which is critical for maintaining operational readiness of naval equipment. This procurement is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in defense contracting, with the proposal period running from September 15, 2025, to November 15, 2025. Interested contractors should direct inquiries to Briana Kellam or Rebekah Riggins at the provided contact information before the submission deadline.
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 Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. This equipment is essential for maintaining operational readiness and safety standards within the Navy. Interested vendors must submit their quotations electronically by April 9, 2025, and are encouraged to contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or 401-832-8020 for further details.
SSBN Lead Foam Replacement and Test Descriptors
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified firms to conduct maintenance and installation related to lead foam replacement for Submersible Launch Ballistic Nuclear (SSBN) vessels. The procurement aims to identify contractors capable of managing the replacement of lead septum foam in various submarine subsystems, ensuring compliance with strict technical and regulatory standards. This initiative is crucial for maintaining the operational effectiveness of SSBN systems, which are vital components of national defense. Interested firms must submit a White Paper capability statement by April 3, 2025, detailing their qualifications and relevant experience, with special consideration given to small business partnerships. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193.
Solicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This contract, which spans a two-year base period with three optional years, aims to facilitate the repair of components for Los Angeles and Virginia class submarines, specifically focusing on industrial valve manufacturing as outlined by NAICS code 332911. The contract will allow for delivery orders issued on a Cost-Plus-Fixed-Fee or Firm-Fixed-Price basis, with a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Interested contractors should direct inquiries to Hannah Forsyth or Madison Gray via their provided emails, and note that the deadline for proposal submissions has been extended to May 5, 2025, following the recent amendment to the solicitation.
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 qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the procurement of Level I and SUBSAFE material components, including CLB drum shafts, push rods, and cable cutters. The objective of this procurement is to fabricate, conduct certification testing, and deliver essential components for the Cable Cutter and Reeling Machine Assembly, which are critical for the operation of the AN/BRR-6 Towed Communication system used on SSBN class submarines. Contractors must meet stringent requirements, including having a NAVSEA approved Quality Management System, ISO 9001 certification, and experience with specific welding and testing processes. Interested parties should submit capability statements electronically, adhering to the specified guidelines, with responses due by the indicated deadline. For further inquiries, contact John LaMotta or David Torres at david.torres22.civ@us.navy.mil.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.