Operational Support Services for Ocean Testing
ID: N6660425R0055Type: Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 7, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Newport, Rhode Island, is soliciting proposals for operational support services related to ocean testing under solicitation N6660425R0055. The contract aims to provide essential logistics and operational support for projects involving advanced underwater weapons, unmanned underwater vehicles, and oceanographic systems, requiring contractors to mobilize and demobilize vessels, operate aircraft, and manage specialized equipment for at-sea tests. This initiative is crucial for enhancing undersea warfare capabilities, with an expected workload of approximately 12-15 projects annually, primarily in U.S. coastal waters but potentially extending abroad. Interested parties should direct inquiries to Suzanne Morgera or Chelsea A. Isherwood via the provided email addresses, and adhere to the proposal submission guidelines outlined in the solicitation documents.

Files
Title
Posted
Feb 7, 2025, 7:09 PM UTC
This document outlines the Request for Proposal (RFP) N6660425R0055 issued by the Naval Undersea Warfare Center for operational and logistics support services pertaining to ocean testing. It specifies requirements for contractors to provide necessary equipment and personnel for projects involving advanced underwater weapons, unmanned underwater vehicles, and oceanographic systems. The scope includes the contractor’s ability to mobilize and demobilize vessels, operate rotary-wing and fixed-wing aircraft, and manage specialized equipment for conducting at-sea tests. Key components include a post-award conference, specific deliverables, cost structures (including fixed and cost-plus pricing), and compliance with military and federal regulations. The contract will facilitate approximately 12-15 projects annually, primarily located in U.S. coastal waters but also potentially abroad. The document emphasizes strict adherence to regulations concerning controlled unclassified information and safety protocols at government sites, outlining methods for invoicing and payment through the Wide Area Workflow (WAWF) system. Overall, this RFP signifies the government's commitment to enhancing undersea warfare capabilities by outsourcing essential support services while ensuring compliance and safety throughout operations.
Feb 7, 2025, 7:09 PM UTC
The document outlines performance requirements for a government contract involving vessels, aircraft, and specialized services for ocean special projects. Key tasks include providing workboats and sea-going vessels, rotary and fixed-wing aircraft, specialized equipment, and logistical support for multi-day at-sea testing. Each task has a performance objective of meeting customer needs 95% of the time, monitored through government feedback from the Contracting Officer Representative (COR), Subject Matter Experts, and Technical Advisors (TA). Additionally, the contractor is required to submit monthly status reports that track progress on all tasks and address any existing or potential issues in conjunction with invoice submissions. This performance summary highlights the importance of timely and effective support for scientific operations, emphasizing operational consistency, quality service delivery, and rigorous status reporting to ensure project success and adherence to scheduling requirements. Overall, the document underscores the commitment to maintaining high standards of service in government contracting for marine projects.
Feb 7, 2025, 7:09 PM UTC
Feb 7, 2025, 7:09 PM UTC
The document outlines an amendment to solicitation N6660425R0055 issued by the Naval Undersea Warfare Center. The amendment primarily addresses clarifications and responses to questions posed by potential offerors regarding proposal submission requirements, organization, and small business participation goals. Key topics include submission guidelines for proposals, specifically the organization into separate volumes and the required contents for each volume, which include a cover letter, technical capability, past performance references, and cost/price information. The document emphasizes the importance of adhering to specified page limitations and file naming conventions while marking submissions with Controlled Unclassified Information (CUI) designations. It clarifies small business participation goals, indicating a 5% subcontracting plan requirement for small disadvantaged businesses and a minimum 10% participation requirement. The amendment does not alter any other terms and conditions previously established in the solicitation. This document serves as a critical guide for entities wishing to respond to the solicitation and outlines specific compliance requirements needed for successful proposal submission.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting multiple service contracts under the SeaPort-NxG procurement vehicle. These contracts encompass a range of engineering services, including acoustic trial sustainment, technical support, and logistics, with opportunities available for both unrestricted and small business set-asides. The contracts are critical for supporting naval operations across various locations, including Florida and Hawaii, and are expected to include follow-on Requests for Proposals (RFPs) in fiscal year 2025 and beyond. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further inquiries regarding this opportunity.
Water Testing Service Contract, Naval Station Newport, Newport, RI
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a water testing service contract at Naval Station Newport, Rhode Island. The contract aims to ensure compliance with Rhode Island state environmental regulations by providing certified analytical laboratory services for environmental water sampling and analysis, as the station currently lacks the capability to perform these tests on-site. This procurement is critical for maintaining the operational integrity of the station and ensuring adherence to environmental standards. Interested small businesses must submit their proposals by April 18, 2025, and can contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for further information.
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.
60' Dive Support Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the design and construction of a 60-foot Dive Support Boat intended for underwater maintenance and repair operations. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the need for compliance with specific operational and technical requirements, including a maximum of 350 engine hours at delivery and adherence to stringent construction materials standards. The Dive Support Boat will play a critical role in supporting U.S. Navy divers during missions, ensuring operational readiness and safety. Interested contractors must submit their proposals by April 17, 2025, at 2:00 PM PDT, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
Sources Sought Notice for Woods Hole Oceanographic Institute (WHOI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is issuing a Sources Sought Notice for the acquisition of a WHOI Gen 2 Remote Environmental Monitoring Units (REMUS) 600 Autonomous Underwater Vehicle (AUV) from the Woods Hole Oceanographic Institution (WHOI) in Massachusetts. The government intends to award a Firm Fixed Price, follow-on acquisition on a limited source basis, and is seeking responses to assess the capabilities of potential suppliers. The REMUS 600 AUV is crucial for various applications in environmental monitoring and research, highlighting the importance of advanced navigational instruments in defense operations. Interested parties must submit their written responses, including a company profile and capabilities statement, to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil, with no solicitation anticipated and no reimbursement for response preparation costs.
Harpoon Cable Assemblies
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Harpoon Cable Assemblies, specifically focusing on non-recurring engineering services and the production of various cable assemblies for naval applications. The contract includes the design, certification, and testing of umbilical cables for international naval clients, with a total of up to 48 cables to be produced for different submarine classes, including Type-209, Romeo, and S-80. This initiative is critical for ensuring the operational readiness and quality of essential naval equipment, supporting Foreign Military Sales and international defense collaboration. Interested contractors must submit their quotes electronically by May 29, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further information.
RTWS Termination - IT Research and Advisory Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through the Naval Undersea Warfare Center (NUWC) Division Newport, is seeking contractors for IT Research and Advisory Services under a Special Notice. The procurement aims to provide comprehensive research and advisory support for all stages of Information Technology work, including strategy, innovation, and technology implementation, as well as hosting training sessions and delivering annual IT compensation data, trend reports, and toolkits. These services are crucial for enhancing IT management and supporting effective decision-making within the department. Interested parties can reach out to Christopher J. Kenney at christopher.j.kenney@navy.mil or 401-832-4828, or Ryan Davis at ryan.p.davis37.civ@us.navy.mil or 401-832-1668 for further information.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.