Water Cooled Dummy Load Evaluation and Repair
ID: N6426724Q5080Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a contractor for the evaluation and repair of a Water-Cooled Dummy Load used in the AN/SPY-1B(V) transmitter at the Combat System Engineering Development Site (CSEDS). The procurement involves a sole source Firm Fixed Price (FFP) contract with Frontgrade Technologies, which includes receiving a failed dummy load, conducting a root cause evaluation, providing a repair assessment, and reissuing the repaired unit with a 60-day warranty. This equipment is critical for maintaining the operational readiness of the Navy's combat systems, underscoring the importance of reliable vendor partnerships and adherence to regulatory standards. Interested parties must submit their quotes electronically by the specified deadline, and for further inquiries, they can contact Steve Cortes at Steve.Cortes.civ@us.navy.mil or call 951-393-5183.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) under solicitation number N6426724Q5080 for the evaluation and repair of a Water-Cooled Dummy Load used in the AN/SPY-1B(V) transmitter at the Combat System Engineering Development Site (CSEDS). The government seeks a contractor, specifically Frontgrade Technologies, as they are the sole source for this equipment. Key requirements include receiving a failed dummy load, evaluating the root cause of failure, providing a repair assessment, and reissuing the repaired unit, along with a 60-day warranty. Various clauses of the Federal Acquisition Regulation (FAR) and the Defense FAR Supplement (DFARS) regulate the contract, including inspection, delivery, invoicing, and compliance assurances. The contract type is Firm Fixed Price (FFP), with specified delivery and packaging guidelines. The RFQ emphasizes the government's exemption from state and local taxes and outlines the contractors' responsibilities, including obtaining necessary permits and certifications. Overall, this solicitation underscores the government's commitment to maintaining its combat systems through reliable vendor partnerships and precise regulatory adherence.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    Solicitation for Repair Long Term Contract, SPY-1 Radar System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) in Mechanicsburg, is seeking contractors for a long-term repair contract related to the SPY-1 Radar Weapon System. This solicitation involves a base five-year requirements contract for the repair of 149 National Item Identification Numbers (NIINs), with specific annual and total quantities detailed in the solicitation documents. The SPY-1 Radar System is a critical component of naval defense operations, necessitating reliable repair services to maintain operational readiness. Interested parties can reach out to Lance Geesey at 717-605-1313 or via email at lance.geesey1@navy.mil for further information regarding this opportunity.
    5998 - Sources Sought Various SPQ-9B NSNs Spare and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is seeking qualified contractors for a Pre-Priced Single Award Requirements Delivery Order Contract (SARDOC) focused on the manufacture and repair of spare parts for the SPQ-9B Radar Set. This procurement involves twenty repair National Item Identification Numbers (NIINs) and nineteen new manufacture or spare NIINs, emphasizing the need for compliance with performance and quality standards as outlined in the associated Request for Proposal (RFP). The contract will span three years with two optional periods, and it is crucial for contractors to adhere to regulatory requirements, including the Buy American Act and security protocols for accessing DoD facilities. Interested parties should direct inquiries to Royce Hoffman at 717-605-4048 or via email at royce.hoffman@navy.mil, with the solicitation expected to be released on or after the closing date of the presolicitation notice.
    POWER SUPPLY ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two units of the POWER SUPPLY ASSEMB, identified by NSN 7HH 6130 016473052, through a fixed-price contract. The procurement is focused on the repair of existing units, as new procurement or remanufactured items will not be accepted, and only sources approved by the In-Service Engineering Activity (ISEA) may be considered for this sole-source requirement. This repair is critical for maintaining operational capabilities, as the government does not possess the technical data necessary for repairs, emphasizing the importance of certified contractors in this process. Interested parties must submit their repair quotes to Wendy Adams via email at WENDY.L.ADAMS@NAVY.MIL by the extended deadline of September 19, 2024, and must ensure their quotes remain valid for eight months from the submission date.
    59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of electronic components, identified by NSN 7R-5998-016409616-FX, with a quantity of 15 units required. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at cody.p.cameron@navy.mil or by phone at (215) 697-1202.
    61--LOAD BANK,ELECTRICA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of electrical load banks under the presolicitation notice titled "61--LOAD BANK, ELECTRICA." The procurement involves National Stock Number (NSN) 7R-6150-016099054-P8, with delivery terms set as FOB Origin, and the government prefers early and incremental deliveries. These load banks are critical for testing and maintaining electrical power systems, ensuring operational readiness for naval equipment. Interested vendors should direct inquiries to Amelia C. Toften at (215) 697-6514 or via email at AMELIA.TOFTEN@NAVY.MIL for further details regarding the proposal submission process.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the repair of existing power supply units. This procurement focuses exclusively on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not owned by the government. The power supplies are critical components for naval operations, and the contract emphasizes strict compliance with quality assurance standards, including the prohibition of mercury contamination in materials used. Interested vendors should contact Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil for further details, as the solicitation is classified as a DX order, indicating a priority rating for national defense.
    5985 - FMS Repair of ANTENNA DIRECTIONAL (2 units)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors for the repair of two units of Directional Antenna for the MH-60R Helicopter, specifically for the country of Denmark. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the antennas to operational condition, as the government lacks the data to perform these repairs independently. This opportunity is critical for maintaining the operational readiness of the Navy's weapon systems, and the government intends to solicit only one source, L3 Technologies Inc., under FAR 6.302-1. Interested parties must submit capability statements within five days of the notice publication, and for those not already approved as sources, a Source Approval Request package is required. For further inquiries, contact Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a POWER SUPPLY under a fixed-price contract. The procurement requires compliance with various military standards, including MIL-STD packaging and government source inspection, and emphasizes the necessity for authorized distributors to provide proof of their status as such. This equipment is critical for underwater sound applications, reflecting its importance in defense operations. Interested vendors should submit their quotes electronically to Howard Langenstein at HOWARD.F.LANGENSTEIN.CIV@US.NAVY.MIL, ensuring that all submissions include detailed pricing, delivery timelines, and compliance with the outlined requirements. The solicitation is open for a limited time, and all quotes must remain valid for a minimum of 90 days.