ATI Industrial Load Cells
ID: N6660425Q0322Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Engineering Services (541330)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes from small businesses for ATI Industrial Load Cells under RFQ number N66604-25-Q-0322. The procurement focuses on specific equipment, including force transducers, power supplies, and cables, which are essential for research and operational functions within government projects, emphasizing the need for compatibility with existing systems. Interested suppliers must ensure compliance with detailed specifications, demonstrate American manufacturing, and submit their quotes by April 14, 2025, to be considered for this opportunity. For further inquiries, potential bidders can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a procurement listing for various products related to force transducers and associated equipment, likely for use in research or industrial applications. It includes specifications for items such as the Nano25 and Delta force transducers, both featuring IP68 protection for durability, along with power supplies and cables required for operation. The listed components include a DAQ Interface Power Supply, various transducer cables (with specific lengths and connector types), and power supplies tailored for the transducers. Each item is cataloged with unique product codes and descriptions that emphasize their calibration parameters and physical protection standards. This document aligns with the context of government RFPs and grants, indicating an effort to procure specialized technical equipment likely aimed at enhancing research capabilities or operational functions within government or federally funded projects. The structured listing suggests a focus on ensuring procurement of reliable, high-quality equipment that meets specific safety and functionality criteria. The clarity of the information provided is essential for potential bidders to understand the requirements and technical specifications needed for compliance in responding to the RFP.
    The document lists components for a request related to transducer systems, specifically focusing on equipment from ATI. It outlines various items needed for the setup, including the following: a Nano25 Force Transducer, Delta DAQ Force Transducer, and associated power supplies and cables. The total quantity consists of multiple transducers, power supplies, and cables, each designated with specific product codes. This information is crucial for government procurement processes, indicating a need for precise measurement devices likely used in research, military, or engineering applications. The structured presentation of the components suggests adherence to formal procurement standards, ensuring clarity for potential suppliers responding to the request for proposal (RFP). The document's purpose aligns with government efforts to acquire specialized equipment while promoting transparency and accountability in the procurement process.
    The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) is soliciting quotes for ATI Industrial load cells under RFQ number N66604-25-Q-0322, exclusively from small businesses. This request is for specific equipment, including transducers, power supplies, and cables, outlined in a detailed table with part numbers and quantities. The solicitation emphasizes a Brand Name only basis due to the unique compatibility of ATI Industries equipment with existing systems, avoiding costly duplications. Quotes must meet the government's specifications and be submitted by April 14, 2025, to be considered. Key requirements include providing detailed product specifications, demonstrating American manufacturing, and ensuring items are new and not gray market. Suppliers must also comply with various FAR and DFARS clauses, including cybersecurity measures, and prove their registration with the System for Award Management (SAM). The evaluation for awards will follow a Lowest Price Technically Acceptable (LPTA) approach. This solicitation underscores the government's focus on specific vendor capabilities and compliance in procurement for mission-critical components.
    The Naval Undersea Warfare Center (NUWCDIVNPT) solicits quotes for ATI Industrial load cells following FAR Subpart 12.6 procedures. The Request for Quote (RFQ) number N66604-25-Q-0322 emphasizes a 100% small business set-aside, with a relevant NAICS code of 541330 and a size standard of $25.5 million. The solicitation seeks firm fixed-price purchase orders for specific ATI equipment, including transducers and power supplies. Quotes must adhere to stringent technical specifications, be fully compliant with U.S. production requirements, and demonstrate past performance standards. Notably, this acquisition requires unique item identifiers for high-cost items and registration in the System for Award Management (SAM) for bidders. The submission deadline is April 4, 2025. Interested contractors must provide contact information and adhere to the governing FAR/DFARS clauses, establishing a fair and competitive procurement process while ensuring technical compliance and timely delivery to Newport, RI.
    Lifecycle
    Title
    Type
    ATI Industrial Load Cells
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to negotiate and award a contract for a Tester, Torque Wrench, under a justification for other than full and open competition. This procurement is critical for ensuring the accuracy and safety of torque indicating equipment used on various naval ship classes, including DDG, NBU, SSGN, and CG 65, as the item is essential for verifying torque settings in military applications. The only approved source for this item is A K O Inc, which has met all necessary qualifications to provide the required equipment. Interested parties can reach out to Daniel Shepley at 1-717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil for further details regarding this opportunity.
    66--PRESSURE TESTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a pressure tester, categorized under the NAICS code 334513, which pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables. The procurement includes specific requirements for item unique identification, inspection and acceptance protocols, and adherence to various quality assurance standards, emphasizing the importance of compliance with technical specifications and documentation. This equipment is critical for ensuring the operational readiness and safety of naval systems, reflecting its significance in defense operations. Interested vendors should direct inquiries to Brianna L. Walker at 564-226-3029 or via email at brianna.l.walker3.civ@us.navy.mil, with proposals expected to remain valid for 60 days post-quotation submission.
    Li Ion Battery and Charging Station
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the procurement of Li-Ion batteries and associated services, specifically aimed at supporting US Navy battery certification. The requirements include a deep ocean rechargeable Li-Ion battery with a minimum capacity of 22 kWh, a voltage of 45Vdc, and a depth rating of at least 6,000 meters, along with a compatible recharging system and services for certification compliance. This procurement is critical for ensuring the operational readiness and safety of battery systems used in marine environments, adhering to stringent Navy safety standards. Interested vendors must submit their quotes by December 15, 2025, at 2:00 PM EST, to Teresa Michael at teresa.m.michael2.civ@us.navy.mil, with all submissions requiring compliance with specified technical and safety standards.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    TIH 28/30/32
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.
    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).
    Differential Pressure Transducer
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking quotations for a Differential Pressure Transducer, specifically the Schneider Electric P/N: 2989-3 or Eaton 41 GP21 Y-50D, as part of a 100% Small Business Set-Aside procurement. This equipment is critical for maintaining operational efficiency at the Portsmouth Naval Shipyard in Kittery, Maine, and must be compatible with existing infrastructure, as the original manufacturer no longer produces the part. Interested vendors must submit their quotes by December 16, 2025, at 3:00 PM EST, and ensure compliance with various FAR and DFARS clauses, including those related to telecommunications equipment and supply chain security. For further inquiries, potential offerors can contact Stephen Smith at Stephen.1.Smith@dla.mil.