BST-1 LAUNCHER AND MATERIAL PROCUREMENTS SOLICITATION
ID: N6449824R4079Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

DECK MACHINERY (2030)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the fabrication and assembly of AN/BST-1 Launcher Assemblies under an indefinite delivery/indefinite quantity (IDIQ) contract. The procurement aims to support the delivery of Columbia Class Schedule A equipment, requiring contractors to manufacture, test, and deliver various components, including Launcher Spring Compressor Tools and Safety Beam Assemblies, with an estimated production of two units per year. This contract is crucial for ensuring high-quality systems for naval applications, emphasizing safety and rigorous testing standards. Interested contractors must submit their proposals by August 29, 2024, and can direct inquiries to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil, with a minimum contract requirement of $60,000.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a federal solicitation, specifically extending the closing date for proposal submissions from August 12, 2024, to August 29, 2024, at 5:00 PM. It reiterates that all other terms and conditions of the original solicitation remain unchanged, maintaining their validity. The amendment emphasizes the requirement for contractors to acknowledge receipt of this change prior to the specified deadline, outlining acceptable methods for submission of acknowledgments. The document is issued by the Naval Surface Warfare Center Philadelphia and includes administrative changes such as contact information and protocol for proposal submission via DoD Safe. It highlights the importance of this amendment in maintaining integrity in the procurement process and compliance with federal regulations. The clarified details aim to ensure that interested contractors have sufficient time to prepare and submit their proposals adequately.
    The document is an amendment to a government solicitation for contracting related to the Naval Surface Warfare Center in Philadelphia. The main purpose of this amendment is to extend the deadline for proposal submissions from July 25, 2024, to August 2, 2024, without altering the closing time. Contractors must acknowledge receipt of this amendment and confirm any changes to previously submitted offers as specified. Key details include the necessity for acknowledgment to ensure offers are not rejected. The amendment maintains other terms and conditions from the original solicitation, with administrative changes being the focus of this modification. The designated contact for further information is Nicole DiBartolomeo, who oversees the solicitation process. Overall, this document highlights procedural adjustments and communication requirements essential for the contracting process within federal government operations.
    This document is an amendment to a solicitation specifically for a federal contract (ID: N6449824R4079), issued by the Naval Surface Warfare Center Philadelphia. The primary change noted is the extension of the proposal submission deadline to August 12, 2024, at 5:00 PM, from the original date of August 2, 2024. The amendment stipulates that offers must acknowledge the receipt of this amendment prior to the newly specified deadline to avoid the rejection of proposals. It also clarifies that while all other terms and conditions of the solicitation remain unchanged, the acknowledgement can be made through various means, including completing certain items on the amendment and returning copies or via separate correspondence. The document emphasizes the importance of compliance with the amendment's instructions to ensure proper consideration of submitted offers. Overall, this action reflects the government's process for managing solicitation variances and maintaining clear communication with potential contractors.
    The NSWCPD Small Business Participation Commitment Document (SBPCD) outlines the participation of small businesses in a federal contract with a total contract value (TCV) of $50,000,000. The document specifies a minimum quantitative requirement of 40% ($20,000,000) for small business participation, with the offeror proposing a total small business share of 48% ($24,000,000). The commitment includes direct labor contributions from various small business categories: Small Businesses ($5M), Small Disadvantaged Businesses ($5M), Women-Owned Small Businesses ($2M), and SD Veteran-Owned Small Businesses ($2M), totaling $14,000,000. Additionally, other direct costs (ODCs) account for another $10,000,000 from small business subcontractors. The process requires offerors to validate their proposed subcontractors' small business classifications and ensure appropriate NAICS codes are identified. The document emphasizes the commitment to integrating diverse small business participation throughout the project, adhering to federal requirements to promote economic inclusivity and support for small enterprises. This SBPCD serves as an essential tool for measuring and tracking small business involvement in government contracts, showcasing a commitment to fostering socio-economic growth within the contractor community.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) has issued a Request for Proposal (RFP) for an indefinite-delivery, indefinite-quantity (IDIQ) Firm-Fixed-Price contract for the fabrication and assembly of AN/BST-1 Launcher Assemblies over a maximum period of 60 months. The solicitation emphasizes full and open competition under NAICS code 332999 for fabricated metal products. The minimum contract requirement is $60,000. The successful contractor will be responsible for manufacturing, testing, and delivering the products in compliance with detailed specifications, including various NAVSEA Drawings. Contract provisions include requirements for quality assurance, reporting, and potential travel to NSWCPD facilities for inspections. The contractors must also be JCP registered to receive technical documentation. Managed operational relationships are highlighted to prevent any employer-employee dynamics between contractors and the government. Security, packaging, and management of Controlled Unclassified Information (CUI) are essential elements of compliance. Through this procurement, the government seeks to ensure the provision of high-quality systems for naval applications, emphasizing safety, efficient delivery, and rigorous testing standards while managing costs effectively.
    The DD Form 1423-1, Contract Data Requirements List, serves as a standardized documentation tool for government contracts, outlining the data items required for contract fulfillment. It includes essential details such as contract line item numbers, data item descriptions, submission frequencies, and distribution requirements. The form captures crucial information regarding the contractor, data item titles, and the technical offices overseeing data adequacy. It mandates that submissions occur monthly following an initial submission due thirty days after contract award and specifies electronic submission guidelines. The document emphasizes the importance of adhering to government standards for data preparation and submission outlined in the DoD regulations. Additionally, it categorizes data items based on their necessity and provides estimated pricing groups relevant to the contractor's obligations. By ensuring all parties comply with the specified requirements, the DD Form 1423-1 helps facilitate effective contract management and data sharing, essential in the context of federal RFPs and grants. Overall, this form is critical for maintaining structured and accountable communication between the government and contractors regarding data deliverables.
    The document is a DD Form 1423-1, which outlines contractual data requirements for a government procurement process, specifically related to the Manufacturing Plan for the CLB BST-1 Launcher. It specifies details on submitting data items, including their titles, authorities, required frequencies, and distribution protocols. It also establishes guidelines for revisions and government review timelines, indicating a 30-day review period for draft submissions and a 14-day timeframe for contractors to incorporate feedback before submitting final plans. The document stipulates that submissions must be encrypted and delivered in specific digital formats. Additionally, it contains instructions for both government personnel and contractors on how to complete the form accurately, categorizing data requests into groups based on their purpose and estimating associated costs. This structured approach is essential for ensuring compliance and streamlined communication between contractors and the government, ultimately supporting effective project management and accountability in RFP responses. The purpose of this form is to facilitate the organized collection and management of critical data related to government contracts.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense to outline data item requirements for specific contracts. It provides a structured format for contractors to submit essential quality assurance program plans and related documentation. The form includes various sections, such as contract line item numbers, titles, submission dates, distribution statements, and estimated prices categorized into four groups based on the importance and preparation effort associated with the data item. The document delineates the review process, indicating that after the contractor submits a draft, the government has 30 days to review and provide feedback, followed by a 14-day window for the contractor to incorporate changes. The distribution statement restricts access to Department of Defense personnel and contractors exclusively, ensuring operational security. Submission timelines mandate that the first submission occurs within eight weeks post-contract award, with revisions required post-government feedback. The outlined instructions also clarify preparation responsibilities for both government personnel and contractors. Overall, the DD Form 1423-1 is crucial for managing and regulating data submissions in defense contracts, ensuring compliance with government standards and requirements.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL), utilized primarily within the Department of Defense (DoD). Its purpose is to define the requirements for data to be provided by contractors as part of a government contract. The form outlines various key details, including contract line item numbers, the title of the data item, authority, submission dates, and distribution statements. The CDRL specifies the need for a Test/Inspection Report covering critical measurements, nondestructive test procedures, and welding qualifications, specifically for materials like HY-80/100/130. The document also mandates that submissions are to occur electronically and must be sent at least ten business days before delivery. This form not only facilitates the monitoring of contract compliance but also ensures that contractors deliver quality data that meets government standards, thus promoting operational integrity within DoD projects. Overall, the DD Form 1423-1 serves as a vital administrative tool to streamline data collection and ensure adherence to regulatory scrutiny in defense acquisitions.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense for documenting the data items required under federal contracts. This form outlines essential information regarding the procurement of calibration and measurement requirements, specifically pertaining to the Calibration Report, which must be submitted within one week after unit completion. Key sections of the form include details about contract line items, submission requirements, distribution statements, and the technical office responsible for the data item's adequacy. The CDRL specifies the frequency and format of data submissions, emphasizing compliance with data security protocols like encrypted submission via DOD Safe. The document ensures that all federal and contractor obligations regarding data delivery, inspection, and acceptance are fulfilled. It also categorizes data items into groups based on their relevance and the required work for preparation, thereby assisting in estimating associated costs for contract performance. Overall, the DD Form 1423-1 is crucial for ensuring clarity and compliance in government contracting processes, fostering accountability in the management of project requirements in line with federal regulations.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) pertinent to federal contracts, specifically for data item submissions related to military procurement, such as the CLB BST-1 Launcher. It details the procedural requirements for contractors in submitting requests for waivers for nonconforming items, emphasizing that such requests must receive government approval before proceeding with manufacturing. The document stipulates a range of information, including contract line items, the title and authority of the data item, submission frequencies, and distribution needs. Instructions are provided for both government personnel and contractors to complete the form accurately, specifying categories of data required (Technical Data Package, Technical Manual, etc.) and distribution statements. Additionally, it outlines price group classifications for the estimated total price of each data item, thus facilitating accurate budget estimation and ensuring compliance with government standards. The form underscores the importance of proper documentation and governmental oversight in the acquisition process, essential for maintaining operational integrity within defense contracts.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for contracts involving the Department of Defense (DoD), specifically related to small business utilization in procurement processes. It details the requirements for reporting small business subcontractor information, including categories such as small, veteran-owned, and women-owned businesses. The contractor must submit reports that assess actual achievements against proposed utilization, including data on expanding qualified small businesses and mitigating supply chain risks. The document specifies the format and frequency of submissions, with a semiannual report due after specific reporting periods. It emphasizes compliance with export control laws, marking technical data correctly, and adhering to submission guidelines. The information must be prepared and distributed per the outlined requirements, ensuring government review and approval within a specified timeframe. This form serves as a critical tool for tracking and enhancing small business participation in defense contracts, indicating the government's commitment to supporting small enterprises while maintaining oversight and compliance.
    The document serves as Government Furnished Information (GFI) detailing specifications for the Columbia Class BST-1 Launcher Procurements. It includes a table listing various NAVSEA drawing numbers, titles, document dates, and the due dates for GFI. The overall purpose is to provide contractors with the necessary technical documentation required for procurement related to the BST-1 Launcher program. Each entry in the table is sequentially numbered and includes specific details on individual components of the launcher, such as assembly parts and fixtures. Furthermore, standard instructions are outlined for filling out the GFI form, which guides the contracting officer in preparing solicitations or contracts. This document is part of a federal Request for Proposals (RFP) process and plays a crucial role in ensuring contractors have access to essential drawings and specifications for compliance and delivery timelines, reinforcing the government's commitment to maintaining quality and performance standards in defense procurement.
    The document is an amendment to a government solicitation, extending the response date from July 16, 2024, at 5:00 PM to July 25, 2024, at the same time. It confirms that all other terms and conditions of the solicitation remain unchanged. The amendment is issued by the Naval Surface Warfare Center in Philadelphia and requires contractors to acknowledge receipt of this change to avoid rejection of their offers. The copy must be returned or acknowledged through specified methods before the new closing time. This modification indicates procedural adjustments in the procurement process for a federal project, demonstrating the agency's commitment to transparent and clear communication with potential contractors regarding deadline changes and requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Bearing Support Structure (BSS) Inseperable Assembly Finishing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NSWC Carderock), is seeking contractors for the Bearing Support Structure (BSS) Inseparable Assembly Finishing project. This procurement involves completing essential finishing tasks such as syntactic fill, final machining, and painting of the BSS assembly, which were previously performed by the Naval Foundry and Propeller Center. The work is critical for the Engineering and Manufacturing Development of the COLUMBIA Class submarine propulsors, ensuring compliance with government standards and timely execution of tasks. Interested vendors must submit a capability statement demonstrating their qualifications and ability to meet the requirements outlined in the Statement of Work, with a completion timeline of six months from delivery of the BSS Inseparable Assembly. For further inquiries, interested parties can contact Matthew Craft at matthew.r.craft7.civ@us.navy.mil or Jonathan Mauro at jonathan.s.mauro.civ@us.navy.mil.
    10--BREECH ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a Breech Assembly, specifically NSN 1005011140080. The procurement includes two lines: the first for 10 units to be delivered within 254 days after order, and the second for 1 unit to be delivered within 90 days after order. This assembly is critical for weapons systems, highlighting its importance in military operations. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, ensuring timely submissions are considered.
    Metal Parts (Multiple) & MK 14 Tanks
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the production of various metal parts, including Mk16 and Mk11 Pallet Adapters and Mk14 MOD 4 5” 54 Cartridge Tank Assembly, under a total Small Business Set-Aside initiative. This procurement aims to support the manufacture, assembly, packaging, and shipping of All Up Round 5” Projectiles and 5” Propelling Charges, highlighting the critical role these components play in defense operations. The government intends to award a single five-year, Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ceiling value of $30 million, with evaluations based on technical factors, past performance, and price. Interested parties must ensure they are registered in the DOD’s System for Award Management (SAM) and can contact Thomas Howes at thomas.d.howes2.civ@us.navy.mil or 973-724-9277 for further information.
    Propulsor Demonstration Hardware Follow-on
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is seeking contractors for the Propulsor Demonstration Hardware Follow-on project. The objective of this procurement is to acquire manufacturing design drawings, engineering, fabrication, inspection, and assembly of prototype propulsor, shafting, and bearing components, along with the necessary equipment to support research and development, testing, and evaluation for Department 80. This contract is crucial for the production of both scaled and full-scale hardware, including components suitable for at-sea demonstrations, and may also facilitate vendor qualification of fleet hardware. Interested parties can reach out to Abeer Ameer at abeer.j.ameer.civ@us.navy.mil or call 301-275-4537 for further details, noting that the solicitation will be released on a full and open competition basis.
    NOSE DEPLUMER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of a Nose Deplumer, identified by NSN 7HH 2040 014995430 and part number 7254001. The contract requires the manufacture of two units of the Nose Deplumer, adhering to strict quality assurance standards and specifications, including compliance with MIL-STD-129 and ISO 9001. This equipment is critical for naval operations, ensuring the effective maintenance and functionality of marine hardware. Interested contractors must submit their proposals and are encouraged to contact James B. Burnett at 717-605-8656 or via email at james.b.burnett1@navy.mil for further details. The procurement process emphasizes early and partial delivery, with a focus on compliance with government security clearance requirements.
    1356 - 01-534-3057 BWJA, Lanyard Start Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking offers for the procurement of lanyard start assemblies under the National Stock Number (NSN) 1356-01-534-3057. The contract involves a quantity of 321 each, with First Article Testing (FAT), Lot Acceptance Testing (LAT), and Contractor Data Requirements Lists (CDRLs) required, and deliverables to be shipped FOB Origin and Destination. This procurement is crucial for maintaining the operational readiness of naval systems, as it pertains to ammunition manufacturing, specifically torpedoes and explosive components. Interested parties should note that the solicitation will be available no earlier than the response date for this presolicitation notice, and they may contact McKenzy Harris at 717-605-1368 or via email at mckenzy.harris@navy.mil for further information.
    29--TUBE AND LEVER ASSE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 132 units of the Tube and Lever Assembly, identified by NSN 2910011000797. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of 19 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    TEST ASSEMBLY,SPECI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of test assembly and special machinery under a fixed-price contract. The primary objective is to ensure compliance with various technical and quality requirements associated with the manufacturing of nuclear reactor components, which are critical for national defense and energy programs. This procurement emphasizes the importance of adherence to specific inspection and acceptance procedures, as well as the necessity for detailed documentation and compliance with established standards. Interested vendors should direct inquiries to Lauren Valentine at 717-605-7191 or via email at LAUREN.N.VALENTINE2.CIV@US.NAVY.MIL, with proposals due by the specified deadlines outlined in the solicitation documents.
    MK85 Nozzle SAP (C)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source firm fixed-price contract to DMS-SOUTH/BAILEY TOOL LLC for the manufacturing of MK85 nozzles. The contractor will be responsible for the design, fabrication, inspection, and delivery of nozzle assemblies that meet stringent military specifications and standards, including compliance with ISO and ASTM requirements. These nozzles are critical components intended for assembly into Rocket-Assisted Takeoff Motors, emphasizing the importance of quality assurance and regulatory adherence in defense procurement. Interested parties must submit their capabilities and interests by September 15, 2024, at 10 AM EST, and should direct inquiries to Nicole Coleman at nicole.coleman@navy.mil.
    G1-0050 Standard Missile Kit and Box
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a Standard Missile Kit and Box, as outlined in Request for Quotation (RFQ) N0017424Q0103. The procurement involves the fabrication and assembly of specific hardware components, including the Encan/DECAN Kit and Box for the Standard Missile (SM 3/6) program, with delivery expected by December 14, 2024. This initiative is crucial for supporting defense operations, ensuring the availability of specialized metal weapons storage containers. Interested vendors must submit their quotes by September 19, 2024, and may request technical drawings via email to Laura Adams at laura.a.adams41.civ@us.navy.mil by September 12, 2024, to facilitate their proposals.