USS COLE (DDG-67) SCUTTLE LOWER AND UPPER SONAR DOME PARTS
ID: N5005426Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

NAICS

Rubber Product Manufacturing for Mechanical Use (326291)

PSC

PACKING AND GASKET MATERIALS (5330)

Set Aside

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

    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified vendors to supply new Scuttle Lower and Upper Sonar Dome parts for the USS COLE (DDG-67). The procurement specifically requires Decoupling Rubber parts, as detailed in the attached Statement of Work, and emphasizes that all materials must be new, with no refurbished or used parts accepted. This opportunity is a Total Small Business Set-Aside, highlighting the importance of supporting small businesses in defense contracting. Interested parties must submit their technical and price quotes by December 11, 2025, with the required delivery date set for February 28, 2026, to DLA Distribution Norfolk, VA. For further inquiries, vendors can contact Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for supplying and delivering specific parts for the USS COLE (DDG-67) SCUTTLE LOWER/UPPER SONAR DOME project. The contractor must provide various types of acoustic and structural insulation materials, including rubber and plastic tiles, complying with detailed specifications and drawings. All materials must conform to work specification items 167-11-002 and 167-11-005. The required delivery date is January 28, 2026, or the earliest possible. Delivery will be made to DLA Distribution Norfolk RMC PROJ, Bunker Hill Towaway Bldg. X136, Norfolk, VA 23511, under FOB Destination terms, with shipping costs included in the quote. The product will be accepted and inspected upon arrival at the destination.
    DD Form 2345, the "Militarily Critical Technical Data Agreement," is essential for entities seeking access to militarily critical technical data from the U.S. or Canadian Governments. This form, used with the Joint Certification Program (JCP), requires applicants to certify their understanding and adherence to export control laws, ensuring data is used for legitimate business activities like bidding on government contracts. Applicants must provide detailed information about their entity, designate data custodians who are citizens or permanent residents of the certifying country, and describe their relevant business activities. The form outlines strict conditions regarding data dissemination, prohibiting access by unauthorized individuals, and requires certification that the entity and its personnel are not debarred or have violated export control laws. Approved certifications are assigned a number and expiration date, valid unless revoked for non-compliance. This agreement ensures the controlled and secure sharing of sensitive technical data between the U.S. and Canada.
    The DLA Joint Certification Program (JCP) Portal User Guide provides comprehensive instructions for external users on accessing and utilizing the JCP External Portal. This guide, relevant for federal government RFPs, federal grants, and state/local RFPs, covers user registration, login procedures, profile management, and how to join or create an organization. It details the processes for submitting new, updating, or deleting draft JCP Certification Applications and DLA Enhanced Validation Request Applications for both U.S. and Canadian organizations. Key sections address required documentation, data custodian information, and compliance with regulations like DFARS clauses and NIST SP 800-711. The guide also outlines how to view application feedback, search for organizations, and manage organization users, including approving or denying join requests. The portal's URL is https://www.public.dacs.dla.mil/jcp/ext, and it requires Google Authenticator for two-factor authentication.
    This government file outlines mandatory and conditionally applicable Federal Acquisition Regulation (FAR) clauses for commercial product and service contracts. Section (a) lists clauses that are always incorporated by reference, covering prohibitions on certain confidentiality agreements, hardware/software from specific entities (e.g., Kaspersky Lab, ByteDance), and inverted domestic corporations, as well as requirements for accelerated payments to small business subcontractors and protest procedures. Sections (b) and (c) detail additional FAR clauses that a Contracting Officer may select, addressing areas like business ethics, whistleblower protections, reporting executive compensation, small business utilization (e.g., HUBZone, SDVOSB, WOSB set-asides), labor standards, equal opportunity, environmental considerations (e.g., ozone-depleting substances, sustainable products), Buy American provisions, restrictions on foreign purchases, and payments. Section (d) mandates Comptroller General examination rights for certain contracts. Finally, section (e) specifies which FAR clauses must be flowed down to subcontracts for commercial products and services, ensuring compliance across the supply chain. The document emphasizes legal and executive order compliance for federal contractors and subcontractors.
    The Federal Acquisition Regulation (FAR) provision 52.212-3, "Offeror Representations and Certifications—Commercial Products and Commercial Services," outlines the mandatory representations and certifications offerors must complete for federal government contracts. This document details various definitions, including those for small business concerns, veteran-owned businesses, and definitions related to trade agreements, child labor, and restricted business operations. Offerors can complete annual representations electronically via SAM or fill out specific paragraphs within the provision. Key areas of certification include business size, socioeconomic status (e.g., small, veteran-owned, women-owned, disadvantaged, HUBZone), compliance with equal opportunity and affirmative action, payments to influence federal transactions, Buy American Act, Trade Agreements Act, responsibility matters (e.g., debarment, felony convictions, delinquent taxes), knowledge of child labor, place of manufacture, Service Contract Labor Standards exemptions, Taxpayer Identification Number, ownership or control, public disclosure of greenhouse gas emissions, and prohibitions on contracting with inverted domestic corporations or entities engaging in certain activities related to Iran or covered telecommunications equipment.
    The Mid-Atlantic Regional Maintenance Center (MARMC) has issued a combined synopsis/solicitation (RFQ N5005426Q0047) for new Scuttle Lower & Upper Sonar Dome (Decoupling Rubber) parts. This 100% Small Business Set-Aside procurement requires vendors to be registered in SAM and submit detailed technical and price quotes by December 11, 2025, 2:00 PM EST. Technical drawings are available upon submission of an approved DD2345 form. Quotes will be evaluated based on technical capability, delivery capacity, and price, with a Best Value determination. The required delivery date is February 28, 2026, FOB Destination to DLA DISTRIBUTION NORFOLK.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DECOUPLING RUBBER
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Decoupling Rubber as outlined in the attached Statement of Work (SOW). This procurement is a Combined Synopsis/Solicitation for commercial items, emphasizing that all parts must be new, as refurbished or used items will not be accepted. The Decoupling Rubber is crucial for various mechanical applications within the Navy's operations, ensuring reliability and performance. Interested vendors should note that the solicitation number is N5005426Q0044, and they can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779 for further information. The solicitation will be available on the System for Award Management and the Procurement Integrated Enterprise Environment.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    20--SCUTTLE,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of marine scuttles, specifically NSN 2040013647332, with a total quantity of 8 units required for delivery to DLA Distribution San Joaquin. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the hardware manufacturing sector, particularly in the ship and marine equipment industry. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation will be accessible through the DLA Internet Bid Board System (DIBBS), and timely submissions are encouraged to ensure consideration.
    20--COVER, SLAD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a cover (NSN 1H-2090-LLH929613) for the USS Roosevelt DDG 80, with a total quantity of one unit required. This procurement is subject to a Total Small Business Set-Aside, emphasizing the need for engineering source approval to ensure the quality of the part, which necessitates that the acquisition or repair be conducted by approved sources with unique design capabilities and technical data. Interested parties are encouraged to submit their capabilities and proposals within 45 days of this notice, and should include their CAGE code in all solicitation requests; for further inquiries, they may contact Jordan Burt at (717) 605-1318 or via email at jordan.d.burt.civ@us.navy.mil.
    20--LARGE MIDDLE TILE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a LARGE MIDDLE TILE, which is essential for shipbuilding and repair operations. This contract requires the successful contractor to manufacture and deliver the specified tile, adhering to strict quality and inspection standards, including First Article Testing and Production Lot Testing, to ensure compliance with military specifications. The goods are critical for maintaining operational readiness and performance of naval vessels. Interested vendors must have a valid U.S. Security Clearance and are encouraged to contact Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805 for further details. The closing date for submissions is set for December 10, 2025.
    MODULATOR,SONAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Modulator for sonar applications. This contract requires compliance with specific quality assurance standards, including ISO 9001, and entails higher-level inspection and acceptance processes to ensure the reliability and performance of the underwater sound equipment. The Modulator is critical for enhancing sonar capabilities, which are vital for various defense operations. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to review the solicitation for detailed requirements and submission guidelines.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    20--END CAP ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of the End Cap Assembly (NSN 2040014542766) for delivery to the USS Gunston Hall LSD 44. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the hardware manufacturing sector, specifically under the NAICS code 332510. The procurement is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with necessary marine equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be accessible through the DLA's online platform, with a deadline for quotes set at 20 days after the announcement.
    58--PANEL,SONAR GTC - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panel replacement parts, identified by NSN 1H-5845-015938995-ST. The contract involves a total quantity of four units, which must be delivered to the DLA Distribution facility in New Cumberland, PA, and requires engineering source approval to ensure the quality and integrity of the parts. These sonar components are critical for underwater sound equipment applications, necessitating that any alternate sources meet stringent qualification requirements set by the government engineering activity. Interested parties should reach out to Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses under FAR 19.5.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.