Solicitation N6449825R0002
ID: N6449825R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP) contract focused on the manufacturing and testing of essential equipment for VIRGINIA Class submarines. The procurement includes Sail Racetracks, Payload Tube Loading Platforms, and various support equipment, along with associated shipping crates, emphasizing the importance of quality assurance and compliance with military specifications. This contract aims to enhance maintenance support for submarines, reflecting the Navy's commitment to operational readiness and engineering capabilities. Interested contractors should submit their technical and cost proposals by the specified deadlines, with a total contract value estimated at $50 million, including a minimum participation requirement of 40% for small businesses, translating to $20 million. For further inquiries, contact Kaitlyn Sawicki at kaitlyn.r.sawicki.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized within the Department of Defense (DoD) to document specific data deliverables required from contractors. It serves to outline essential information regarding data items including the title, authority, submission timelines, and distribution specifications. The form consists of sections that detail the contractor's obligations, such as deadlines for initial and subsequent submissions, the method of delivery, and required distribution statements. The contractor is also instructed to categorize data items based on necessity and associated costs, which include varying price groups from no-cost items to those requiring extensive development. Key points include the frequency of submissions, guidelines for data marking, and the process for approval of data items by designated personnel. The primary purpose of the document is to standardize data collection and reporting processes, ensuring contractors meet the government's data needs for proper contract execution and compliance. The structured approach in the CDRL aims to facilitate efficient use and management of information relevant to government projects, aligning with federal regulations regarding RFPs and grant processes.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List essential for the U.S. Department of Defense (DoD) contracting process. It provides a structured format for detailing specific data items required from contractors, including submission schedules and distribution requirements. Each section prompts information about the contract, data item title, submission frequency, remarks, and pricing, categorized into four price groups based on their significance to the contract. Key points include the requirement for weekly progress reports following an initial submission due within seven days of contract commencement. Submission must be in digital formats compatible with Microsoft Office or Adobe PDF. The distribution statement clarifies that the data is limited to the DoD and its contractors for administrative and operational use only, ensuring sensitive information is controlled. This form is integral to ensuring contractors deliver appropriate data throughout the contract lifecycle while complying with DoD standards. By clearly stating requirements and conditions, the form aims to facilitate effective communication and documentation between the government and contractors, fostering transparency and accountability in federal contracting processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List for the U.S. Department of Defense, outlining mandatory data item submissions required from contractors under federal contracts. The form requests information such as contract line item numbers, contractor details, data item descriptors, delivery frequency, and approval signatures. Notably, it includes specifications on the type of data required, categorized as Technical Data Package, Technical Manual, or Other, along with specific directives on submission format and timing. The document emphasizes rapid submission of identified deficient material and mandates electronic submission in compatible formats. Distribution is limited to U.S. Department of Defense entities and designated contractors, emphasizing confidentiality and the proper handling of sensitive data. This structured approach ensures that contractors understand their obligations to provide quality data that supports military operations, enabling effective oversight and compliance monitoring. Overall, the form is a critical tool for maintaining clarity in contractual data requirements and facilitating efficient communication between the Department of Defense and contractors.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) for specifying data items required from contractors. This form facilitates the organization and management of data deliveries associated with government contracts. It includes information such as the contract line item number, titles, frequency of submissions, and distribution requirements, ensuring data is submitted in the required format (e.g., Microsoft Office or PDF). The form outlines categories for data types, including Technical Data Packages (TDP), Technical Manuals (TM), and others, and mandates clarity on inspection and approval processes. Additionally, it describes different price groups for data development, helping to determine estimated costs related to providing the requested data. The document emphasizes the importance of compliance with DoD specifications and provides instructions for completing the form. Ultimately, DD Form 1423-1 aims to standardize data requirements, streamline communications between contractors and the government, and ensure that delivered data meets quality standards necessary for operational effectiveness in defense contracts.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense, primarily focusing on data item submission procedures for contractors. This standardized form serves to detail and manage required data submissions during the contract lifecycle, ensuring compliance with government standards. Key components include designation of data types (Technical Data Package, Technical Manual, etc.), submission timelines, and the approval process for data items. Contractors must submit draft plans for review within designated timeframes post-award, with specific requirements for documentation to validate prior submissions. The document further specifies distribution limitations, emphasizing that data is strictly for U.S. Department of Defense and its contractors. Detailed guidance is provided for completion of the form, including expectations for pricing categorization related to data item development costs. Overall, this form is vital for maintaining clarity and accountability in contract data delivery, bolstering effective communication between the government and contractors involved in defense projects.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific data item pertaining to a government contract, specifically a Welding Procedure Qualification Test Report. This document requires contractors to submit a draft plan for review and final approval by the government after specified timelines. It details the responsibilities of both the government and the contractor in terms of preparing, submitting, and approving the necessary documentation. The distribution of the report is restricted to the U.S. Department of Defense and authorized contractors, emphasizing confidentiality and operational integrity. The form includes sections for logistics such as contract line item numbers, contractor details, and submission frequency, along with a comprehensive framework for collaboration and communication between the contractor and government agencies. Additionally, it specifies the pricing estimates for data items related to contract deliverables. This structured approach helps ensure compliance with government requirements and standardizes the management of essential technical data in government contracts.
    The DD Form 1423-1 is the Contract Data Requirements List designed for capturing essential data item submissions in federal contracting, particularly within the Department of Defense. The form includes sections detailing various contractual elements such as the contract number, contractor information, and specific data item requirements. It outlines the process for submitting draft and final plans, indicating deadlines for government reviews and contractor responses. Key points include the contractor's obligation to provide detailed certification for previously approved procedures, specifying submission formats, distribution statements, and the proper evaluation criteria for data items based on their relevance and necessity for the contract's execution. Furthermore, it categorizes data items into groups based on the nature of their production costs, from non-essential documentation to critical performance-related data, guiding contractors in their pricing estimations. The document emphasizes compliance with established military specifications and the importance of timely reviews, streamlining communication between government entities and contractors to ensure adherence to requirements and effective program execution.
    The DD Form 1423-1 is a federal document utilized to outline contract data requirements for specific projects under the Department of Defense. This form includes various sections where contractors must detail information about data items such as test and inspection reports. Key elements include the description of the data item, submission frequency, distribution, and estimated costs associated with data production. The document specifies submission formats, timelines for first and subsequent submissions, and distribution requirements, ensuring all data complies with government standards. The purpose is to ensure that contractors provide necessary technical data in a structured manner while facilitating effective communication and administrative management between the contractor and the government agency. By adhering to these requirements, the government aims to maintain oversight and quality control in contract deliverables, ultimately supporting efficient project execution.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) utilized within the Department of Defense for reporting and data submission relating to contract performance. This form details the essential elements needed for data items, including categorization (Technical Data Package, Technical Manual, or Other), the identification of the system/item, and submission timelines. Specific instructions guide government personnel and contractors on completing the form, emphasizing document preparation, approval processes, and distribution methods. Notably, it mandates that any request for variance be submitted within seven days of item nonconformance and specifies the electronic format for submissions. The purpose of this form is to streamline data collection and ensure compliance with government requirements, highlighting the importance of accurate documentation in federal contracts. Additionally, it includes price grouping to estimate costs related to data items and their delivery, establishing guidelines for assessing and pricing data requirements. Overall, the document serves as a crucial component for maintaining standards in defense contracting through precise data management and regulatory compliance.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), detailing the submission needs for data under Department of Defense (DoD) contracts. The form specifies essential elements such as contract line item numbers, data item titles, and submission timelines, ensuring compliance with federal requirements. It categorizes data as Technical Data Packages (TDP), Technical Manuals (TM), or other types, such as provisioning and configuration management. Key points include the burden of response estimated at 110 hours, the requirement for data item submission typically due within seven days of identifying a deficit, and the necessity to send documents in readable digital formats. The form also includes submission guidelines for the contractor, categorized into four price groups based on the need and scope of the data involved. Additionally, distribution of the document is limited to U.S. Department of Defense and its contractors, with a clear chain of approval required. Overall, the document plays a crucial role in standardizing the collection and management of contractual data, promoting efficiency and formal procedures within federal contracting processes.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, specifically addressing the Small Business Utilization Report related to the Virginia Class Racetrack Procurements. The report must detail the engagement of small business subcontractors, including their classifications (e.g., Small Business, Veteran-Owned, etc.) and summarize their efforts. Contractors must compare actual small business utilization achievements against proposed goals, focusing on expanding qualified small business participation and mitigating supply chain risks. The form specifies submission timelines, requiring reports within 30 days post-contract completion and defines Government distribution and approval processes. The document underscores its compliance with regulations regarding export controls and intellectual property rights related to technical data. It mandates the submission format (digital) and details on the pricing groups for data development. This CDRL is essential for ensuring transparency, accountability, and fostering small business participation in federal contracts while adhering to legal and procedural standards in government procurement frameworks.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense for submitting and managing data under federal contracts. The primary purpose is to outline the required documentation related to data items, such as inspection reports, technical manuals, or other essential data needed for contract performance. Key sections of the form include details about the contract line item, data item numbers, titles, authority, requiring office, and submission timelines. The report mandates that Test/Inspection reports are due five days post-completion, submitted electronically in specified formats. Distribution statements clarify the document's sharing restrictions, limited to the U.S. DoD and approved contractors. Additionally, the document provides pricing group classifications for data items, laying out the estimated costs associated with their preparation related to government requirements. Ultimately, the DD Form 1423-1 is crucial for ensuring compliance with federal data management protocols and fostering clarity in the expectations between the government and contractors during contractual engagements.
    The NSWCPD Small Business Participation Commitment Document (SBPCD) outlines a federal solicitation aimed at ensuring substantial participation from small businesses in a contract valued at $50 million. The document specifies a minimum quantitative requirement (MQR) for small business involvement at 40% of the total contract value, translating to $20 million. The offeror has proposed to exceed this requirement, committing 48% or $24 million toward small business participation. The document details the direct labor allocations among various small business categories, including Small Business ($5 million), Small Disadvantaged Business ($5 million), Women-Owned Small Business ($2 million), and SD Veteran-Owned Small Business ($2 million), with a total direct labor participation of $14 million. An additional $10 million is allocated for other direct costs (ODC). Overall, the SBPCD emphasizes the importance of validating subcontractor qualifications and adhering to socioeconomic categorizations to foster equitable opportunities for small businesses. This aligns with the federal goal of promoting small business participation in government contracts, demonstrating a commitment to economic inclusivity and support for diverse entrepreneurial endeavors.
    The Naval Surface Warfare Center Philadelphia Division is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP) contract focused on manufacturing and testing essential equipment for VIRGINIA Class submarines. The contract encompasses Sail Racetracks, Payload Tube Loading Platforms, various support equipment, and associated shipping crates. A single IDIQ contract will be awarded based on competitive bidding, with a guaranteed minimum of one item and a maximum quantity defined per line item. Offerors must submit a detailed technical and cost proposal, adhering to specified criteria and deadlines. The scope includes the manufacturing, testing, and assembly of equipment, ensuring compliance with quality assurance and non-destructive testing regulations. Contractors must provide materials, assemble and test the equipment, and support fit-up operations on-site. The contract stipulates that no government-furnished property or information will be provided, thus emphasizing the contractor's responsibility for their resources and logistics. This document reflects the Navy's commitment to improve maintenance support for submarines, demonstrating an investment in engineering capabilities that align with operational needs and procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is soliciting proposals for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and contractors must meet specific security and compliance requirements to access necessary technical data. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details and must submit proposals through the PIEE Solicitation Module by the specified deadline.
    20--SLEEVE,TAPERED,SHOU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of tapered sleeves intended for use on Navy submarines. This procurement requires adherence to stringent quality and material specifications, including the use of ASTM B150/B150M Copper Alloy, and compliance with various military standards for inspection and marking. The successful contractor will play a critical role in ensuring the reliability and safety of submarine operations, as these components are essential for the functionality of naval vessels. Interested vendors should contact Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil for further details, and note that this opportunity is set aside for small businesses, with a focus on timely delivery and quality assurance as outlined in the solicitation documents.
    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 for varying levels of refurbishment. The contract will be awarded as a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with a minimum of one and a maximum of 125 shelter sets anticipated over its duration. Interested parties should note that the solicitation will be available on sam.gov and the PIEE Solicitation Module, with proposals due by December 17, 2024. For further inquiries, contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or call 812-381-3553.
    12--PERISCOPE SUBASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a Periscope Subassembly. This contract requires the delivery of specialized materials and components that are critical for shipboard systems, emphasizing the importance of quality assurance and compliance with stringent specifications to ensure personnel safety and operational integrity. The materials will be utilized in crucial naval applications, where any failure could result in severe consequences, including loss of life or vital shipboard systems. Interested vendors must submit their proposals, including quality manuals, to the primary contact, Jill Sabol, at jill.sabol@navy.mil, with the closing date for submissions yet to be specified. The contract will be classified as a "DO" rated order under the Defense Priorities and Allocations System (DPAS).
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    60' Dive Boat
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    PERISCOPE,TUBE,OUT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotations for the procurement of periscope tubes intended for use in critical naval shipboard systems. This procurement emphasizes stringent quality control and compliance requirements due to the critical nature of the applications involved, necessitating detailed material certifications, testing protocols, and adherence to industry standards such as MIL-STD and ISO guidelines. The selected contractor will be responsible for conducting a First Article Test and ensuring traceability of materials, with a focus on maintaining configuration management and oversight of engineering changes. Interested suppliers must submit their quotations by 4:30 PM EST on October 25, 2024, and can direct inquiries to Noelle M. Smith at 717-605-3992 or via email at noelle.m.smith10.civ@us.navy.mil.
    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.
    Warhead Expansion Boxes (WEB) and Cable Kits
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is soliciting proposals for the production of Warhead Expansion Boxes (WEB) and associated Cable Kits for the MK 48 Mod 7 Heavyweight Torpedo system. The procurement aims to secure high-quality assemblies and components, emphasizing stringent program management, engineering, and quality control processes to ensure compliance with defense specifications. These components are critical for enhancing the operational capabilities of the U.S. Navy's torpedo systems, contributing to national security. Interested contractors should contact Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Carolyn Gillman at carolyn.m.gillman.civ@us.navy.mil for further details, with the contract's anticipated completion date set for September 30, 2029.
    48--SLIDE-SLEEVE,SET
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a Slide-Sleeve Set, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. This contract requires the manufacture of the Slide-Sleeve Set, which is critical for use in submarines and surface ships, ensuring compliance with stringent quality and safety standards, including the prohibition of mercury contamination. Interested vendors must submit their proposals by November 1, 2024, and can direct inquiries to Taylor Fasching at 717-605-4323 or via email at TAYLOR.FASCHING@NAVY.MIL for further details.