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
    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
    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.
    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
    Similar Opportunities
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    N0016726R0002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is soliciting proposals for the manufacturing of VIRGINIA Class submarine Advanced Material (AM) Version 5 (V5) Tailcones under a follow-on single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to secure a minimum of one Tailcone, with a maximum limit of 20 Tailcones over a five-year ordering period, emphasizing the importance of these components in enhancing submarine capabilities. Interested vendors are encouraged to contact the primary contact, Jacqueline Farina, at jacqueline.t.farina.civ@us.navy.mil, or the secondary contact, Kiersten Johnson, at Kiersten.m.johnson5.civ@us.navy.mil, for further details and access to applicable drawings. The solicitation is competitive, and the contract will be awarded based on the proposals received.
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking authorized distributors or resellers to provide Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside contract. This procurement is essential for maintaining compatibility with existing systems, as the use of alternative thrusters would incur significant costs and delays due to necessary changes in software and integration platforms. The total acquisition value is estimated to be under $350,000, with quotes due by December 15, 2025, at 11:00 a.m. Central Time. Interested parties should contact Terra Roberts at terra.s.roberts.civ@us.navy.mil for further details and ensure compliance with invoicing through Wide Area Workflow (WAWF).
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), has issued a Broad Agency Announcement (BAA) to solicit unclassified White Papers for the SSN/SSGN Survivability Program (S3P) and related technologies aimed at enhancing future submarine platforms. This initiative seeks proposals that focus on improving submarine survivability and unmanned undersea systems, particularly in the areas of signal types and the development of Hull, Mechanical, and Electrical (HM&E) materials and design concepts. The BAA is crucial for advancing submarine technologies and fostering competition in government contracting, remaining open for submissions from November 1, 2023, to October 31, 2026. Interested parties can direct inquiries to Kerry Payne at kerry.l.payne3.civ@us.navy.mil or Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil, with no expectation of reimbursement for proposal preparation costs.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.