Ultra-High Temperature Alloy Testing BPA
ID: N0016725Q1014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Testing Laboratories and Services (541380)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; BASIC RESEARCH (AC11)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to establish a Blanket Purchase Agreement (BPA) with Kratos SRE for ultra-high temperature materials thermal and mechanical testing, specifically targeting temperatures up to 6,000°F. This procurement aims to support the characterization of materials critical for the development of tactical and strategic missile components, which are essential for advancing hypersonic vehicle research and defense initiatives. The contract, valued at an estimated ceiling of $7.5 million over five years, emphasizes the unique qualifications of Kratos SRE, which possesses specialized expertise and an extensive database necessary for these high-temperature materials. Interested parties can reach out to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further information, with quotes and capability statements due by April 30, 2025.

    Files
    Title
    Posted
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) utilized by the Department of Defense for contractor data submission. The form specifies various data items required by the government, detailing crucial information such as submission frequencies, distribution requirements, and approval processes. It primarily serves to ensure that contractors provide necessary technical reports and data related to contract fulfillment, with guidelines for submission timelines and acceptance criteria. The document emphasizes the roles of government personnel and contractors in preparing and submitting these data items. It includes instructions for filling out each section, ensuring clarity in communication regarding data requirements. Moreover, the form categorizes data items into groups based on their significance and cost implications, guiding contractors on pricing related to data preparation and submission. Distribution statements and the necessity for Government approval of submissions are highlighted to maintain security and control over sensitive information. This form is essential for managing and standardizing data submissions to support effective contract execution within federal procurement processes.
    The DD Form 1423-1 outlines the requirements for the Contract Data Requirements List (CDRL) pertinent to U.S. Department of Defense contracts. Specifically, it details a single data item related to the contractor’s progress reporting for materials property testing, specifically for Kratos SRE, under a contract managed by the Naval Surface Warfare Center's Code 615. The report, which is mandatory on a weekly basis, must be submitted electronically to the designated primary point of contact within stipulated timelines—initial draft within three days, government feedback within ten days, and an updated report within two days thereafter. The document includes specific instructions for both government personnel and contractors regarding the completion of the form, item categorization, submission formats, and pricing groups related to the data item. Key pricing categories outline how costs related to data preparation and submission should be organized, indicating the contractual obligations and expectations for performance and governmental compliance. Overall, the document serves as a structured framework to ensure accurate, timely submission and communication between contractors and government officials for ongoing project management.
    The DD Form 1423-1 is utilized in conjunction with federal contracts to outline data requirements for contractors. The primary purpose is to establish a Contract Data Requirements List (CDRL) which specifies the data items needed, their submission frequency, and the expected format. In this instance, the contractor, Kratos SRE, is required to submit a monthly Performance and Cost Report, detailing expenditures related to the project. Specific timelines for draft and revised submissions are provided, with expectations for government feedback within set timeframes. Key elements include categorizing the type of data required, indications of review and approval processes, and specifying distribution statements. The document emphasizes the contractor’s obligation to produce data in the prescribed formats (Excel or PowerPoint) and submit them electronically. Additionally, it outlines how cost estimates for data items should be calculated based on the levels of effort involved and their relevance to the contract's requirements. Overall, the form facilitates clear communication of data expectations between the government and contractors to ensure compliance and tracking of project expenditures.
    The document is the DD Form 1423-1, used to outline Contract Data Requirements Lists (CDRLs) for the acquisition of materials and testing plans in federal contracts. This form specifies the obligations of contractors, in this case, Kratos SRE, to provide a material test plan prior to testing, with details about report submissions and responses to government feedback. Key sections address the contract line item, category of data, submission timelines, and distribution requirements. It emphasizes the contractor's duty to submit draft reports within specific working days and revise them according to government comments. The distribution statement restricts access to U.S. government entities and outlines procedures for preparing the form. The document, framed within the context of federal requests for proposals (RFPs) and grants, serves as a compliance guideline ensuring that all technical and operational data is documented and reviewed appropriately, facilitating effective contract management and oversight. The overall purpose is to ensure proper documentation and delivery of critical data items to support governmental contracts, enhancing accountability and project oversight.
    The Naval Sea Systems Command (NAVSEA), through the Naval Surface Warfare Center, Carderock Division (NSWCCD), seeks to justify a sole-source contract awarded to Kratos SRE (KSRE) for a five-year Blanket Purchase Agreement. The focus is on ultra-high temperature material characterization for tactical and strategic missile components. KSRE is uniquely qualified with specialized expertise and testing capabilities necessary for high-temperature materials, critical for the design of advanced weapons systems. Using 10 U.S.C. 3204(a)(1) as the statutory authority, the document emphasizes that no other sources can meet the technical requirements due to KSRE's extensive experience and large existing database on relevant materials. Transitioning to another contractor would incur significant delays and costs, jeopardizing ongoing hypersonic research efforts. Although a sources sought notice was posted, no other suppliers could fulfill the necessary criteria. The total estimated acquisition value is undisclosed, with assurances that future procurement actions will be fair and reasonable in accordance with federal guidelines. Currently, NAVSEA intends to limit future competition, reflecting an urgent need for continued access to KSRE's specialized services, ensuring the success of critical defense projects.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a Request for Quotes (RFQ) for contractor support in ultra-high temperature materials thermal and mechanical testing, targeting temperatures up to 6,000°F. This pertains to the evaluation of various materials, such as composites, ceramics, and refractory metals, crucial for hypersonic vehicle research and development. The potential contract will span five years, with an estimated ceiling of $7.5 million. Vendors are required to provide various services, including material characterization, non-destructive evaluations, and analysis required for missile component design and testing. The document specifies submission guidelines for interested contractors, including quote requirements and capability statements due by April 30, 2025. Additionally, it outlines performance requirements and deliverables, emphasizing independent assessment and strict compliance with regulations. This procurement is not set aside for small businesses, indicating its specialized requirements targeting experienced firms with previous Department of Defense engagement. Overall, this RFQ illustrates the government’s commitment to advance materials science critical to national defense initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Heat Treating
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors for Blanket Purchase Agreements (BPAs) related to heat treating services, as outlined in solicitation N6833525Q0321. This procurement aims to streamline the acquisition of metal heat treating services essential for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the understanding that the BPA will facilitate ongoing procurement needs without a formal Request for Proposal process.
    16--SHIELD,HEAT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of heat shields under the title "16--SHIELD, HEAT." The contract will require compliance with various quality assurance provisions and packaging standards, including MIL-STD-130 for markings and MIL-STD-2073 for packaging. These heat shields are critical components for miscellaneous aircraft accessories and components, ensuring operational readiness and safety. Interested vendors can reach out to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.a.dooling.civ@us.navy.mil for further details and to discuss the submission of proposals.
    Testing and Inspection Physical Ppty
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Multi-Service Advanced Capability Hypersonic Accelerator (MACH-XL 26) - Affordable Near-Hypersonic & Hypersonic AUR and Launcher Prototyping and Demonstration
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is issuing a Request for Solutions (RFS) for the Multi-Service Advanced Capability Hypersonic Accelerator (MACH-XL 26) project, focusing on affordable near-hypersonic and hypersonic all-up-rounds (AURs) and flexible launcher platforms. This initiative aims to address significant challenges in affordability and scalable production capacity for advanced hypersonic systems by conducting focused testing and demonstrations to identify cost-effective solutions and reduce production risks. The project is part of the Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) consortium, and interested parties must be members of this consortium to respond. For further details, potential respondents can contact Ethan Dale at ethan.w.dale.civ@us.navy.mil and are encouraged to visit the S2MARTS website for membership information.
    Nonmetallic Fabricated Materials
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for nonmetallic fabricated materials. This procurement aims to streamline the acquisition of supplies and services necessary for Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) to support naval operations. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the subject line "N6833525Q0321."
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    16--HEAT SINK ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the repair and modification of a Heat Sink Assembly, specifically NSN 7R-1680-016568079-E7, with a quantity of 12 units required. This procurement is critical as the Heat Sink Assembly is a vital component in various aircraft systems, and the government intends to solicit on a competitive basis primarily with Drake Air, Northrop Grumman Systems Corp, and Ametek, who are the approved sources for this item. Interested parties must submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for February 2026. For further inquiries, interested organizations can contact Jessica P. Laychock at Jessica.P.Laychock.CIV@us.navy.mil or by phone at (215) 697-3992.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).