OK-542 Stow Drum
ID: N66604-25-Q-0222Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of an OK-542 Stow Drum under a firm-fixed-price contract. The procurement requires compliance with specific welding procedure specifications (WPS) and procedure qualification records (PQR), ensuring that the contractor meets established safety and quality standards for tactical component manufacturing. This equipment is crucial for enhancing the capabilities of the SSBN/SSGN 726 CL Submarines, reflecting the government's commitment to maintaining operational readiness in underwater warfare. Interested vendors must submit their quotes by 2:00 PM EST on March 13th, and inquiries can be directed to Nico Montanari at nico.s.montanari.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the Towed Array Handling Equipment Facility (TAHEF) at the Naval Undersea Warfare Center Division, Newport. It focuses on the overhaul and upgrade of components for the OK-542 Thinline Towed Array Handling Equipment (TLTAHE), essential for SSBN/SSGN 726 CL Submarines. The contractor is tasked with manufacturing one Drum Assembly required for these enhancements, adhering to detailed technical specifications outlined in multiple applicable documents. Additionally, the SOW specifies performance requirements, including manufacturing protocols, surface preparation, coating applications, and compliance with welding procedures. Important documentation requirements include certificates of compliance, mercury-free statements, and certificates of analysis. The contractor must provide regular progress reports and ensure all work complies with security and operational security measures. This procurement is part of the government's effort to maintain and improve its underwater warfare capabilities, ensuring operational readiness through specialized equipment upgrades. The document reflects the structured process of government contracting, emphasizing compliance with technical and safety standards while highlighting the importance of contractor accountability in delivering quality workmanship.
    The document outlines the distribution and export control measures for the Contract Data Requirements List (CDRL) associated with DD Form 1423. Specifically, it discusses the authorization granted under Distribution Statement D, which allows access to critical technology documents for U.S. Government Agencies and their contractors as of April 26, 2017. It emphasizes the necessity of compliance with U.S. export regulations, particularly the Arms Export Control Act and the Export Administration Act, warning that violations could result in severe penalties. The text mandates that any dissemination of the information must align with guidelines established in DoD Directive 5230.25. This document highlights critical protocols surrounding sensitive data, reinforcing the importance of regulatory oversight in government contracting and protecting national interests.
    The document from the Towed Array Handling Equipment Facility (TAHEF) at the Naval UnderSea Warfare Center outlines the certification requirements for welding procedure specifications (WPS) and procedure qualification records (PQR) for vendors providing tactical welding services. It states that vendors must provide specific WPS and PQR numbers for new fabrications, while only WPS numbers are required for repairs to existing welds. The document emphasizes the need for compliance with technical specifications specified in the S9074-AR-GIB-010 series. Upon selection, vendors are required to submit the necessary WPS and PQR documentation for formal contract award, with TAHEF Quality Assurance personnel responsible for verifying proper approvals. The document aims to ensure that all welding services adhere to established standards, thus maintaining safety and quality in tactical component contracts. This summary underscores the importance of procedural compliance in government RFPs related to specific technical services.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued RFQ N66604-25-Q-0222, calling for quotes for the procurement of an OK-542 Stow Drum under a firm-fixed-price contract. This solicitation is structured as a combined synopsis and solicitation following FAR guidelines, and it will remain open for less than 15 days. The required delivery is set for 24 months after award, with the stipulation that early delivery is acceptable. Offerors must adhere strictly to the Statement of Work (SOW) and provided drawings, with no substitutions allowed. Key requirements include the provision of a Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR), demonstrating the contractor's certification for welding per applicable standards. Access to drawings and technical specifications is limited to vendors registered with the Joint Certification Program (JCP). The procurement is unrestricted, with the government aiming to award the contract to the technically acceptable quote with the lowest price. Responses must include specific details such as point of contact information and compliance with various FAR and DFARS clauses, including registration in the System for Award Management (SAM). Quotes are due by 2:00 PM EST on March 13th, and inquiries should be directed to Nico Montanari at the provided email address.
    Lifecycle
    Title
    Type
    OK-542 Stow Drum
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Hahn & Clay Pressure Tank Lid Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank under RFQ N66604-25-Q-0052. The procurement aims to restore the tank's pressure capability of 4000 PSI, requiring compliance with the National Board Inspection Code (NBIC) and ASME standards, particularly addressing a broken seal on the tank lid. This pressure tank is critical for conducting environmental qualification testing for the Navy, emphasizing the importance of maintaining operational safety and performance standards. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
    Capstan Main Frame Fabrication
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is seeking qualified contractors for the fabrication of the Capstan Main Frame, a critical component for the Towed Array Handling Equipment (TAHE) used in submarine operations. The procurement requires adherence to stringent military standards, including the submission of Certificates of Compliance, Mercury Free Statements, and detailed progress reports to ensure quality and safety in the manufacturing process. This equipment plays a vital role in the deployment and retrieval operations of submarines, underscoring its importance to national defense capabilities. Interested vendors should contact Amy Prisco at amy.k.prisco.civ@us.navy.mil or call 401-832-8503 for further details on the solicitation process and requirements.
    20--CYLINDER,DUPLEX, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a duplex stainless steel cylinder, part number 556-7107927-46, essential for the SSN 774 Class Hydraulic Accumulator. The procurement requires that the repair be conducted in accordance with specific technical documents and standards, with a focus on restoring the item to a serviceable condition while adhering to strict quality assurance and packaging requirements. This cylinder is critical for submarine operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes to Steve Smithey via email by February 28, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
    PERISCOPE,TUBE,OUT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting quotations for the procurement of a periscope tube, a critical component for shipboard operations. The procurement emphasizes stringent quality assurance requirements, including certifications, first article tests, and material traceability, to ensure reliability and compliance with military specifications. This acquisition is particularly significant as it involves 'special emphasis material,' which necessitates careful control measures to enhance the operational capability of naval forces. Interested contractors can reach out to Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL for further details, noting that government financing is not authorized for this procurement.
    Teledyne Brand Acoustic Doppler Current Profiler
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting quotes for a Teledyne Instruments Acoustic Doppler Current Profiler (ADCP) system under the Request for Quote (RFQ) number N66604-25-Q-0260. This procurement is set aside for small businesses and involves a brand name-only purchase due to the specialized requirements for measuring water currents and related data in scientific research contexts. The selected system, including a Workhorse II ADCP and associated accessories, is crucial for accurate data collection in underwater environments and must be delivered to Newport, RI within 3-5 weeks of award. Interested offerors must submit their quotes by February 28, 2025, ensuring compliance with federal acquisition regulations, and can direct inquiries to Kenneth Chaffey at kenneth.l.chaffey.civ@us.navy.mil or by phone at 14018321837.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard, is soliciting quotations for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine, with a focus on small business participation. This procurement emphasizes compliance with federal acquisition regulations and requires detailed submissions, including adherence to safety, security, and operational protocols during the repair process. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation, with a quote submission deadline set for March 19, 2025. Interested contractors can reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further information.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the machining of nickel aluminum bronze (NAB) parts for the VIRGINIA Class propulsor system. The procurement involves the fabrication of various NAB components using Government Furnished Materials (GFM), adhering to specified ASTM standards and technical drawings, with a focus on maintaining rigorous quality metrics throughout the manufacturing process. This contract is crucial for ensuring the operational readiness and reliability of naval propulsion systems, with a performance period extending until February 2027. Interested small businesses must submit their quotes by March 3, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil, with a maximum employee limit of 550 under NAICS code 339999.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a SOLAS winch kit and various screws and washers under solicitation number N3220525Q2212. This acquisition is critical for supporting naval operations and ensuring the safety and effectiveness of maritime activities. The anticipated contract will be a firm-fixed price purchase order, with delivery required by October 9, 2025, to a designated location in Norfolk, VA. Interested vendors must submit their quotes by 10:00 AM EDT on March 12, 2025, and are encouraged to contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.