Warping Capstan #5 Torsion & Rated Load Testing
ID: N4215825Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

TECHNICAL REPRESENTATIVE- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (L019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified small businesses to provide services for the torsion and rated load testing of the No. 5 Warping Capstan. Contractors will be required to furnish all necessary materials and equipment, perform tests according to specified technical requirements, and submit detailed reports of the results. This testing is crucial for ensuring the operational integrity and safety of naval equipment, reflecting the high standards expected in government contracts. Quotes must be submitted in two volumes—technical specifications and pricing—by March 26, 2025, with the anticipated period of performance from September 15 to November 15, 2025. Interested parties should contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for an RFQ (Request for Quote) number N4215825Q0023 from the Norfolk Naval Shipyard. It invites qualified small business sources to provide services for the torsion and rated load testing of the No. 5 Warping Capstan at the Norfolk Naval Shipyard, Virginia, from September 15 to November 15, 2025. The vendor must furnish all necessary materials and equipment, perform tests as per specified technical requirements, and submit reports detailing the results. Quotes must be submitted in two volumes—technical specifications and pricing—by March 26, 2025. The evaluation will prioritize technical acceptability over price, although all factors will be considered. The contract is set aside for small businesses, and participation in the System for Award Management (SAM) is mandatory for eligibility. Safety and compliance regulations, along with specific testing procedures, are emphasized, reflecting the seriousness of operational standards within government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Warping Capstan #2 Torsion & Rated Load Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide torsion and rated load testing services for the No. 2 Warping Capstan. The procurement requires the contractor to supply all necessary materials and equipment to complete the testing, which is critical for ensuring the operational readiness and safety of naval equipment. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by 12:00 PM on March 26, 2025. Interested vendors must register in the System for Award Management (SAM) and adhere to strict safety and security protocols, with evaluation criteria focusing on technical specifications and delivery schedules. For further inquiries, potential bidders can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Capstan Main Frame Fabrication
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotations for the fabrication of a Capstan Main Frame Welded Unit, with a quantity of one, under Request for Quotation (RFQ) number N66604-25-Q-0143. The procurement is structured as a Firm Fixed Price contract, requiring compliance with military standards, including specific welding certifications and adherence to delivery timelines. This equipment is crucial for the deployment and retrieval operations of submarines, emphasizing the importance of quality and compliance in military operations. Interested vendors must submit their quotations by March 18, 2025, and can contact Amy Prisco at amy.k.prisco.civ@us.navy.mil or call 401-832-8503 for further information.
    PATTON & COOKE SHIP TO SHORE CABLE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of Patton & Cooke Ship to Shore Cable Male Couplers, with a focus on replacing four C-150 15 kV male couplers at the Norfolk Naval Shipyard. The contractor will be responsible for providing all necessary labor, tools, and materials, ensuring compliance with safety protocols, and completing the installation within a five-day timeframe, including pre- and post-installation testing to verify cable continuity and insulation resistance. This procurement is critical for maintaining operational efficiency and safety at the shipyard, with proposals due by 12 pm EST on March 13, 2025, and a requirement for quotes to remain valid for at least 60 days. Interested vendors should contact David Yochem at david.a.yochem.civ@us.navy.mil or call 757-396-7024 for further details.
    SHAFT,STRAIGHT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of straight shafts under the NAVSUP Weapon Systems Support Mechanical office. The contract requires the delivery of specialized shafts that meet stringent quality and certification standards, as they are critical components for shipboard systems where failure could result in severe consequences, including personnel injury or loss of life. This procurement is classified as a total small business set-aside, with a deadline for offers extended to 4:30 PM EST on April 11, 2025. Interested vendors 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.
    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.
    Shock and Vibration Qualification Testing
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking qualified small businesses to provide Shock and Vibration qualification testing in accordance with NAVSEA Drawings. This procurement is essential for ensuring the reliability and performance of naval equipment under various shock and vibration conditions. The contract will be a Firm Fixed Price, Small Business Set Aside, utilizing Simplified Acquisition Procedures, with interested parties required to submit a DD Form 2345 Joint Certification Program (JCP) Certificate by COB 17 December 2024 to receive the Request for Quotation (RFQ). For further inquiries, potential bidders can contact Karen Morris at karen.l.morris49.civ@us.navy.mil or by phone at 445-227-0069.
    Shaft Seals
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the replacement of propulsion shaft main shaft seal assemblies on Virginia Class submarines during the FY-25 Depot Modernization Period. The project requires a Defense Maritime Systems Technical Representative to oversee the technical aspects throughout the disassembly, reassembly, and testing phases, ensuring compliance with environmental, safety, and quality standards. This procurement is critical for maintaining the operational readiness and safety of the submarines, emphasizing the importance of high technical standards and oversight. Interested vendors should contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or call 757-396-8790 for further details, as the contract is set aside for 8(a) sole source under FAR 19.8.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    In-Service Submarine Propeller and Propulsor On-Site Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for on-site repair services of in-service submarine propellers and propulsors. The objective is to procure services that support repairs for submarine propellers and propulsors that have been damaged either during service or while in storage, as detailed in the attached draft statement of work. This initiative is crucial for maintaining the operational readiness and efficiency of the Navy's submarine fleet. Interested parties are required to submit capability statements by 4:30 PM on March 26, 2025, to Contract Specialist Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil, with the subject line specified in the notice. Please note that this request is for market research purposes only and does not constitute a request for proposal.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.