Electrical Hull Fitting (EHF) Repairs
ID: N66604-25-Q-0691Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic Connector Manufacturing (334417)

PSC

CONNECTORS, ELECTRICAL (5935)
Timeline
  1. 1
    Posted Jan 30, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport, is seeking proposals for the inspection and repair of Electrical Hull Fittings (EHF) as part of the AN/WSQ-9 program. The procurement requires compliance with SUBSAFE and LEVEL I quality standards, emphasizing stringent quality assurance and documentation processes due to the critical nature of the materials involved in naval operations. This opportunity is vital for maintaining the safety and reliability of shipboard systems, with a delivery timeline of nine months post-contract award. Interested contractors should contact Andrew McCall at andrew.c.mccall4.civ@us.navy.mil or call 401-832-6935 for further details.

Point(s) of Contact
Files
Title
Posted
Jan 30, 2025, 8:05 PM UTC
The document outlines the Standard Quality Contract Requirements for the procurement, modification, repair, or overhaul of Level I non-nuclear materials intended for critical shipboard systems. It emphasizes the necessity for stringent quality assurance due to the high stakes involved, including potential risks to personnel and equipment. Key requirements include maintaining a certified quality system compliant with military standards, thorough inspection and documentation processes, and traceability measures for materials used in critical systems. The document is structured into sections addressing the scope of work, applicable documents, quality requirements, inspection procedures, and responsibilities for both contractors and government representatives. Additional emphasis is placed on the use of Government-Furnished Material, proper handling and disposal practices, and comprehensive record-keeping, including certification data and new material certifications. This document serves as an essential guideline for contractors responding to government RFPs, ensuring compliance with safety standards and quality assurance implications necessary for materials related to defense contracts.
Jan 30, 2025, 8:05 PM UTC
The document outlines the Minimum Standard Quality Contract Requirements for the procurement, modification, repair, or overhaul of Special Emphasis material used in critical naval systems. It emphasizes the importance of quality control to prevent serious safety risks, including personnel injury, loss of life, or damage to vital ship systems. Contractors must comply with strict quality system requirements, including adherence to military and ISO standards, regular inspections, and complete documentation of processes and materials used. Additionally, the contractor is responsible for maintaining inspection records, ensuring the reliability of supply chains, and facilitating government inspections prior to material shipment. The document specifies detailed procedures for certification, configuration control, and material handling, including the prohibition of mercury contamination. Through rigorous standards and controls, the document aims to ensure the highest quality of materials used in naval operations, underscoring the critical nature of the materials involved in supporting national defense and safety.
Jan 30, 2025, 8:05 PM UTC
The document outlines the "Contract Data Requirements List," which details specific data items related to a government contract for SUBSAFE/L1 Hardware, Engineering, and Technical Services. It includes information on eight distinct data items, including Inspection and Test Plans, Certification Data for Non-Nuclear Level I Material, and Technical Reports, among others. Each data item specifies titles, categorization, contract references, required submission dates, distribution details, and required documentation under various regulatory frameworks. The document indicates that submission timelines, such as five working days after task order awards and timelines post-completion of conformance testing, are critical for compliance. Additionally, it contains an Export Control Warning, underscoring restrictions on dissemination due to sensitive technology involved. This comprehensive listing serves as a guide for contractors in meeting their reporting obligations in alignment with government oversight and standards, emphasizing accountability and technical compliance within federal contracting processes. The primary aim is to facilitate effective communication and ensure that all technical requirements are met while adhering to legal export guidelines.
Jan 30, 2025, 8:05 PM UTC
The document outlines a government solicitation for custodial procurement under a Department of Defense (DoD) contract. The contracting officer, Andrew McCall, is responsible for managing the contract, identified by the contract number N66604. It contains details regarding government-furnished property and requisitioned items, including a list of parts with associated numbers and descriptions. The document specifies serially and non-serially managed items, indicating quantities, acquisition costs, and expected delivery dates. These components primarily pertain to equipment used within electrical hull fittings and EHF connectors. The solicitation emphasizes comprehensive inventory management, adherence to specific regulations, and the necessity for proper documentation to facilitate government purchasing processes. The context of the document aligns with federal RFPs, designed to streamline acquisition processes and ensure compliance with government standards while fulfilling defense-related procurement needs.
Jan 30, 2025, 8:05 PM UTC
The Request for Quotations (RFQ) issued by the Naval Station Newport seeks proposals for the inspection, repair, and documentation of three Electrical Hull Fittings (EHFs) as part of the AN/WSQ-9 program. The contractor must ensure compliance with SUBSAFE and LEVEL I quality standards while conducting the repairs. The RFQ outlines the scope, background, and applicable documents detailing the technical and quality requirements necessary for the task. Key deliverables include inspection reports, material certification documentation, and a Contractor's Status Report submitted alongside the monthly invoices. The government will also conduct quality surveillance to evaluate contractors on technical quality, schedule adherence, and regulatory compliance. The RFQ specifies a delivery timeline of nine months after contract award with all shipments marked to the attention of the designated Receiving Officer. The solicitation indicates that all vendors must provide detailed pricing, comply with safety and packaging standards, and maintain robust communication with government representatives throughout the process, emphasizing the importance of adherence to federal contracting procedures and standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair of Shaft, Submarine - Qty: 1 with option for 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair of a submarine shaft, with a quantity of one and an option for an additional unit. This procurement aims to ensure the operational readiness and reliability of naval vessels by addressing critical maintenance needs in ship propulsion components. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil for further details. The presolicitation notice indicates that the contract will be awarded following the evaluation of proposals, although specific funding amounts and deadlines have not been disclosed.
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.
Radio Frequency Distribution and Control Systems (RFDACS)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) project, with a total contract ceiling of $49,525,360 over a duration of 60 months. The procurement aims to develop, test, and deliver components for the RFDACS OK-700 system, which is critical for military submarines, ensuring compliance with stringent technical specifications and quality control measures. Interested contractors are required to demonstrate a minimum of 20% small business participation and must adhere to detailed proposal guidelines, including addressing hypothetical scenarios to showcase their capabilities. For further inquiries, interested parties can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462.
FO ELECTRO HULL PEN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of FO Electro Hull Pen, which falls under the Electronic Connector Manufacturing industry. This solicitation aims to acquire essential electronic connectors that are critical for various naval applications, ensuring operational readiness and reliability of naval systems. Interested vendors should note that the primary contact for inquiries is Benjamin Spangler, who can be reached at 717-605-2147 or via email at BENJAMIN.SPANGLER@NAVY.MIL for further details regarding the solicitation process.
59--HOUSING,ELECTRONIC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of electronic housing components. The procurement involves the repair, testing, and inspection of specific electronic items, ensuring compliance with established military standards and procedures, with a focus on maintaining operational readiness. This contract is critical for sustaining the functionality of military equipment, and the closing date for proposals is set for April 22, 2025. Interested contractors can reach out to Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details.
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.
OK-542 Stow Drum
Buyer not available
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.
Zetec RevospECT Initial Readiness Review
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a qualified contractor to provide oversight and expertise for the implementation of the RevospECT auto-analysis software for heat exchanger tubing inspections on the CVN-69 aircraft carrier. The contract involves a sole source procurement, requiring one expert from Zetec to work on-site from March 14 to June 30, 2025, to assist in troubleshooting and configuration development for various tubing types. This initiative is crucial for maintaining operational readiness and safety standards in naval operations, ensuring effective testing and inspection of critical components. Interested contractors must submit a technical quote separate from pricing, adhering to FAR provisions, and can contact Briana Kellam at briana.n.kellam.civ@us.navy.mil or 757-396-1288 for further details.
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.
Warping Capstan #5 Repairs
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the overhaul of the Rexnord Style 86,600 electric disc brake for Warping Capstan 5. The procurement requires vendors to supply all necessary materials and equipment to complete the task, which is scheduled to take place between March 6, 2025, and August 30, 2025, at the shipyard located in Portsmouth, Virginia. This opportunity is critical for maintaining operational readiness and safety standards within naval operations, emphasizing compliance with OSHA regulations and the need for Defense Biometric Identification System (DBIDS) credentials for base access. Interested parties must be registered in the System for Award Management (SAM) and submit their proposals in two volumes—technical and price—by the specified deadlines, with further inquiries directed to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.