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: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
Solidworks PDM Installation & Training
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for the installation and training of SolidWorks PDM Professional software, a critical tool for managing CAD projects within the Department of Defense. This procurement is a brand-name only requirement, aimed at enhancing version control and work distribution for engineering projects related to ship and submarine design. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 23, 2025. Interested vendors should direct inquiries to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil, and the contract reflects a commitment to effective project management tools essential for the Naval surface warfare engineering community.
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 crucial for the overhaul of the Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict compliance and quality 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.
OK-542 CDU Overhaul Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide overhaul parts for the OK-542 CDU system under a Firm Fixed Price contract. The procurement includes five specific items that must adhere to military specifications and technical drawings, with a delivery deadline set for March 31, 2026. These parts are critical for maintaining operational readiness and performance of naval systems. Interested vendors must submit their quotations by 1400 EST on April 25, 2025, and should ensure they are registered in the System for Award Management (SAM) and possess Joint Certification Program (JCP) credentials. For further inquiries, vendors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
Weapons Effects
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater (UNDEX) and air (AIREX) explosion analysis for Navy vessels. The primary objective is to utilize specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments to enhance ship survivability against weapon effects. This initiative is crucial for advancing the Navy's capabilities in assessing and mitigating the impacts of threat weapon engagements, ensuring operational readiness and compliance with government protocols. Interested parties are encouraged to respond to the Market Research Questionnaire by May 22, 2025, at 1200 ET, and may direct inquiries to Shelby B. O'Neill at shelby.b.oneill.civ@us.navy.mil or Esterlena D Unger at esterlena.d.unger.civ@us.navy.mil.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels and the installation of new stainless steel access panels, with a focus on safety, quality compliance, and environmental responsibility. The contract is set aside exclusively for small businesses, with an estimated value between $25,000 and $100,000, and is anticipated to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit inquiries to Michelle Farrales or James Wasson via email for further clarification on the solicitation requirements.
CAPSTAN Technical Support
Buyer not available
The Department of Defense, specifically the Supervisor of Shipbuilding in Groton, Connecticut, intends to award a sole source delivery order for CAPSTAN Technical Support related to Virginia Class submarines. This procurement involves technical assistance from the Original Equipment Manufacturer (OEM) for the Virginia Class Block III Electric Mooring Capstan, including the replacement of motor and sensor cables, troubleshooting, and generating a detailed field service report over a three-day period at Naval Submarine Base New London. The selected contractor must provide all necessary testing equipment and comply with specific security protocols for base access. Interested parties are encouraged to express their interest and capability within 15 days of this notice, with inquiries directed to Roland Parrilla at roland.j.parrilla.civ@us.navy.mil or by phone at 860-433-2253.
DT-511C and DT-592D Hydrophones and Spare Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small business sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves the design, manufacturing, testing, packaging, and delivery of up to six prototype hydrophones and up to 650 production units, adhering to the Navy's Critical Item Performance Specifications. This initiative is crucial for enhancing undersea warfare capabilities, ensuring that the Navy maintains high-quality hydrophone systems. Interested small businesses must submit a capabilities statement by April 24, 2025, with the anticipated Request for Proposal (RFP) release in May 2025 and contract award expected by December 2025. For further inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
LOW RADAR CROSS SECTION MAST ADAPTERS
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for Low Radar Cross Section Mast Adapters under Request for Quotation (RFQ) number N6660425Q0391, with a focus on small business participation. This procurement includes a base year and one option year for the supply of specialized adapters, which are critical for defense applications, and requires compliance with specific technical drawings and various certifications, including ISO 9001:2015 and ITAR registration. Interested offerors must submit their quotes via email by 11:00 a.m. (EST) on April 25, 2025, and will be evaluated on a Lowest Price, Technically Acceptable basis, ensuring adherence to stringent federal acquisition regulations. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.