Catapult Wing Void Covers - Service Repair - Sources Sought
ID: N42158-25-SIMACQ-NNSY-440-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified contractors for the repair of catapult wing void covers, as outlined in a Sources Sought Notice. The primary objective involves converting bolt holes from blind to through holes, ensuring compliance with safety and regulatory standards, and conducting thorough inspections and testing post-repair. This project is critical for maintaining the operational integrity of military catapults, with an anticipated contract period from March to June 2025. Interested businesses must submit their capability statements and organizational details by noon on November 1, 2024, and can direct inquiries to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-967-4014.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for repair services of catapults 1-4, focusing specifically on converting wing void cover bolt holes from blind holes to through holes. It specifies safety requirements, including certification for confined spaces and management of toxic materials. Contractors are responsible for enclosing wing voids to prevent water ingress, ensuring proper removal and inspection of wing void covers, and providing necessary drill guides. They must submit a Condition Found Report after inspecting fasteners and sealing surfaces. Additional tasks include performing a water tightness test post-repair, preserving disturbed paint, and reinstalling covers using new gaskets and fasteners. The anticipated period for project completion is from March to June 2025, with government-furnished materials such as gaskets and fasteners provided for the task. Overall, this document serves as a detailed guide for contractors involved in the repair and maintenance of military catapults, emphasizing safety, regulatory compliance, and thorough inspection processes.
    The Norfolk Naval Shipyard (NNSY) is issuing a Sources Sought Notice to identify qualified sources for repairing catapult wing void covers, under an anticipated Firm Fixed Price contract. The request is aimed at conducting market research, and interested businesses of all sizes are encouraged to respond. The primary task involves converting bolt holes from blind to thorough holes per specifications outlined in the Statement of Work. Based on feedback, the contract may be set aside for Small Businesses or open to full competition, including potential multiple awards. Respondents must provide organizational details, tailored capability statements, and business size classification. Submissions are due by noon on November 1, 2024, and questions should be directed to the contact provided. This announcement serves solely as a request for information, not a solicitation for proposals, and does not imply any commitment from the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought Notice for USS Aircraft Carriers, Nuclear Propulsion (CVN) Ship Repair, Maintenance, Modernization, and Overhaul at Yokosuka, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is seeking qualified contractors for the maintenance, repair, modernization, and overhaul of U.S. Navy nuclear-powered aircraft carriers at Yokosuka, Japan. The procurement focuses on both scheduled non-dry-docking maintenance and unscheduled repair activities, which will be conducted at Berth 12 over a five-year period from May 2026 to May 2031, under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is critical for ensuring the operational readiness and safety of the Navy's fleet, requiring contractors to demonstrate significant experience in complex ship repair tasks, including structural repairs and system testing. Interested companies must submit their qualifications, capability statements, and relevant project experience by October 30, 2024, to the designated contacts, Gil Lopez and Peter Arrieta, via email.
    FORD-class Dry Docking Capability Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Program Executive Office Industrial Infrastructure (PEO II), is seeking information regarding the construction and operation of a FORD-class dry docking capability on the West Coast of the United States, specifically in California, Oregon, Washington, or Hawaii. The Navy aims to establish a dry dock that can accommodate FORD-class aircraft carriers and other Navy vessels for scheduled maintenance and emergent repairs, with specifications including a length of 1,210 feet, a width of 210 feet, and a docking displacement of 100,000 long tons. This initiative is crucial for enhancing the Navy's maintenance capabilities and may involve a public-private partnership where a commercial entity would build, own, and operate the dry dock, while also allowing for commercial use when not servicing Navy vessels. Interested parties are encouraged to submit their responses and inquiries to Majella Stevenson at majella.d.stevenson.civ@us.navy.mil or Anthony O'Rourke at anthony.c.orourke.civ@us.navy.mil, with no specific deadline mentioned for submissions.
    COVER ACCESS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of an aircraft access cover, specifically NSN 1560-01-668-3317, which is classified as a Critical Safety Item. This procurement involves a firm-fixed price contract for a quantity of six units, with a delivery timeline of approximately 800 days post-award, including time allocated for First Article Testing. The item is crucial for Aircraft Launch and Recovery Equipment, and only manufacturers approved by NAVAIR are eligible to produce it; others must submit a Source Approval Request. Interested parties should contact Susan Lupo at 614-692-1198 or via email at Susan.Lupo@dla.mil for further details, and the solicitation is expected to be available on the DIBBS website on October 18, 2024.
    FY25 LENTHALL ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY25 USNS LENTHALL Repair and Overhaul (ROH) project. This procurement is set aside for small businesses and involves non-nuclear ship repair services, as indicated by the NAICS code 336611 and PSC code J998. The project is critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested parties should reach out to Nancy Bowers at nancy.bowers2@navy.mil or 804-479-4570, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details regarding the solicitation.
    HAB Laundy and Galley Repairs IDIQ Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the HAB Laundry and Galley Repairs IDIQ Contract, which will provide technical support for the maintenance, overhaul, repair, or replacement of galley and laundry equipment on U.S. Navy Aircraft Carriers and Surface Ships. Contractors will be responsible for supplying parts and personnel to perform necessary repairs and installations, with work primarily conducted on board naval vessels located in Norfolk, Virginia. This contract is set aside for small businesses under NAICS code 336611, with a total performance period anticipated from January 28, 2025, to January 27, 2030. Interested parties should prepare for the solicitation, expected to be available around November 1, 2024, and direct any inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or by phone at 757-443-1219.
    USS HERSHEL WOODY WILLIAMS (ESB 4) LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractors for the USS Hershel Woody Williams (ESB 4) lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested parties can contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details.
    Vehicle Barriers: RSS 2000 Cover Plate Welding & Bolts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the welding and bolt replacement of cover plates for two RSS 2000 wedge barriers at Gate 2 of Francis E. Warren Air Force Base in Wyoming. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to secure the barriers, which includes the replacement of approximately 92 bolts and adherence to safety and quality standards. The RSS-2000 vehicle barrier is crucial for maintaining secure access control, and the maintenance manual emphasizes the importance of proper procedures to ensure optimal performance. Interested parties must submit their responses to the Sources Sought notice by October 23, 2024, at 11:00 AM (MST), and can direct inquiries to Laura Hunter or Liezel McIntyre via the provided email addresses.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.
    16--SHEAVE SYSTEM ASSY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Sheave System Assembly, specifically NSN 7R-1680-016308825-AM, from the Original Equipment Manufacturer (OEM), EVC. The procurement involves the repair of two units of the specified part, which is critical for maintaining operational capabilities in miscellaneous aircraft accessories and components. The government intends to solicit on a sole source basis due to the lack of available drawings or data for alternative suppliers, with the anticipated award date set for February 2025. Interested parties may submit their capabilities and qualifications via email to Christophe M. Kilcourse at Christopher.kilcours@navy.mil within 45 days of this notice.
    Retractable Bitt and Chamber Repair Kit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure a Retractable Bitt and Chamber Repair Kit through a combined synopsis/solicitation. This procurement is intended for commercial items and will be conducted using Simplified Acquisition Procedures as outlined in FAR Part 13, with the Government planning to award the contract on a sole source basis to The Enwistle Company. The repair kits are critical for maintaining the operational readiness of naval vessels, ensuring that essential marine equipment remains functional. Interested parties may express their interest and capability to respond to this requirement by contacting Erin Behrns at erin.m.behrns.civ@us.navy.mil or Stephanie Forman at stephanie.forman1@navy.mil, with the RFQ number N5005425Q0001 available on SAM.gov and PIEE.