Anderometer Hydraulics Replacement/Rebuild
ID: N0016725Q1036Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the replacement and rebuild of the hydraulics system for a critical testing apparatus known as an anderometer, which is essential for vibration testing of precision ball bearings. The procurement aims to restore the functionality of this equipment, which is vital for testing components used in nuclear plants, and requires contractors to provide a hydraulic system schematic and documentation upon completion. Interested contractors must submit their quotes by 10:00 AM EDT on July 25, 2025, and are encouraged to conduct site visits to assess the equipment prior to quoting. For further inquiries, contractors can contact Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is the DD Form 1423-1, which outlines a Contract Data Requirements List (CDRL) for a project involving the "Anderometer Hydraulics Replacement." This form specifies the requirements for submitting a Replacement Hydraulics System Schematic in accordance with Data Item Description DI-SESS-81003F. Key details include the contractor's obligations to deliver data electronically to a designated government representative, with specific instructions on distribution and delivery methods. The form also delineates various categories of data (Technical Data Package, Technical Manual, Other) and specifies contract references and requiring offices. It includes sections for dates of submission, approval signatures, and remarks that highlight any modifications or exceptions, such as the non-applicability of a TDP Option Selection Worksheet. Additionally, the CDRL provides a framework for estimating pricing based on the category of data, guiding contractors on how to assess costs associated with producing the required data. This document serves as a crucial tool in ensuring compliance with government contracts while facilitating efficient data submission processes, ultimately supporting the Naval Surface Warfare Center's operational and technical requirements.
    The document outlines the specifications for "Commercial Engineering Design Data and Associated Lists," identified as Data Item Description DI-SESS-81003F, which is applicable to military system acquisitions. Its primary purpose is to provide guidelines for the format, content, and preparation of engineering design data that the Department of Defense requires for commercial items. The document delineates that the data must adhere to MIL-STD-31000 and should be tailored to meet the minimum requirements specified in contracts or purchase orders. Key points include the necessity for contractors to submit engineering design data capable of facilitating government maintenance, modifications, and assessments of commercial items. The document emphasizes the importance of evaluating contractors’ documentation practices to ensure compliance with government standards. The guidelines supersede an earlier version and relate to three specific data items. The document serves as a critical framework for ensuring consistency and quality in engineering data submissions, impacting the procurement processes outlined in federal RFPs and grants.
    The document outlines military specifications (NIL-B-17931E) for annular ball bearings used in quiet operation machinery across various systems in the Department of Defense. It details classification systems for ball bearings, including standard part numbers, types, and classes that define the dimensional and material specifications necessary for manufacturing. The specifications structure includes the scope, applicable documents, and specific requirements for materials, construction, and quality assurance. Key points include the need for bearings to comply with the endurance standards and quality inspections necessary for government contracts. Bearing components must be made from specified chromium-alloy steel to ensure durability. Lubrication specifications are also provided, indicating the type of lubricant required for different bearing designs. The document underscores the importance of thorough inspection and certification processes to ensure compliance with military standards. Overall, the specification serves to maintain high-performance standards for bearing components used in Department of Defense machinery, ensuring they meet essential operational requirements while adhering to government regulations.
    MIL-B-17931E Amendment 2, dated May 22, 1995, outlines modifications to the military specification for ball bearings designed for quiet operation, approved for use by Department of Defense agencies. The amendment includes revisions to material requirements, specifically designating chromium-alloy steel (type 52100) as the standard for inner and outer ring production, emphasizing vacuum induction melt processes. It specifies hardness standards, internal clearance, maximum and minimum diameter allowances, and additional footnotes regarding ring geometry under load conditions. Furthermore, it details new instructions regarding the installation of bearing cages and prohibits die-stamps for marking. The document identifies various tabular adjustments related to standard part numbers and introduces new assessment methods for bearing fatigue life. The purpose of this amendment is to enhance the performance and reliability of the bearings in military applications, ensuring they meet stringent operational standards. Bidders are advised to reference the entire document for comprehensive requirements beyond the marginal notations indicating change.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a Request for Quotation (RFQ) N0016725Q1036 for the replacement and rebuild of the hydraulics system for a defunct anderometer. This procurement is set aside for small businesses and aims to restore the testing capabilities of a critical testing apparatus used in vibration testing of ball bearings in nuclear plant components. Interested contractors must submit a capabilities package and complete a mandatory site visit on designated dates in April 2025 to assess the equipment before providing a quote. The contract duration is one base year with an option for an additional year. The contractor must demonstrate experience in designing hydraulic systems, provide detailed estimates for materials and services required for the rebuild, and deliver a system schematic upon completion. The contract evaluation will be conducted on a lowest price technically acceptable basis, with quotes due by May 2, 2025. For further inquiries, contractors may contact Tracy McDonough at the provided email. The document emphasizes adherence to federal regulations and small business considerations in the solicitation process.
    The document addresses an amendment of a solicitation for a contract with the Naval Surface Warfare Center Carderock Division (NSWCCD) related to the repair and functionality restoration of an anderometer, a specialized testing apparatus. The amendment outlines important changes, including updated site visit dates and a new solicitation response due date. Key tasks for the contractor include replacing hydraulic components, restoring test capabilities for bearing analysis, and providing a schematic of the new system. A mandatory site visit is necessary for contractors to understand the equipment's conditions before submitting repair quotes. The amended solicitation includes detailed performance objectives, special qualifications for bidders, and evaluation criteria for contract proposals, emphasizing price and technical capability assessment. Qualified contractors must demonstrate prior experience with hydraulic systems for anderometers and meet specified criteria for their quotes to be acceptable. Questions regarding the solicitation can be directed to the designated contracting officer by a specified date. This document highlights the structured approach to enhance government procurement processes in fulfilling specialized operational requirements within the defense sector.
    The document serves as an amendment to a solicitation for the Naval Surface Warfare Center, Carderock Division (NSWCCD) regarding the rebuilding of a defunct anderometer. The amendment extends the offer submission deadline to July 16, 2025, and includes a revised Performance Work Statement (PWS) detailing the contractor's responsibilities, which involve repairing or replacing hydraulic components and restoring the anderometer’s functionality. The project aims to support testing and analysis methods for nuclear plant components by enabling slow-speed vibrational tests. Contractors are encouraged to conduct a site visit for accurate quoting. The document outlines specifications for the hydraulic system, including performance criteria and required deliverables, such as schematic documentation and system operation guides. The evaluation criteria for quotations consist of price and technical capability, requiring bidders to demonstrate conformity to the solicitation’s requirements. Questions concerning the solicitation must be directed to the contracting officer by June 11, 2025. The amendment confirms that all unaltered terms and conditions remain in effect, emphasizing the importance of acknowledgment of receipt and adherence to deadlines.
    The document outlines an amendment to a federal solicitation for the repair and rebuilding of a custom hydraulic test bench known as an anderometer, which is critical for vibration testing of precision ball bearings. The amendment dissolves the small business set-aside and extends the due date for offers to July 25, 2025. Key objectives include restoring a defunct anderometer to function within specified vibration and hydraulic parameters for testing under controlled conditions. Contractors are encouraged to perform site visits to assess the equipment before providing quotes and must include necessary parts and services in their proposals. Deliverables include a hydraulic system schematic and documentation of operation upon completion. The period of performance for the contract spans one year from award, with options for further extension. The amendment ensures that all prior conditions remain intact while modifying specific terms relevant to project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    30--CONTROL ASSEMBLY,HY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Control Assembly, Hydraulic (NSN 3040016658014) intended for delivery to the USS John F. Kennedy (CVN-79). The solicitation requires the submission of quotes for one unit, with a delivery deadline of five days after award. This component is crucial for mechanical power transmission applications within naval operations, ensuring the reliability and functionality of critical systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Inspection of a Radial Thrust Bearing Assembly
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the inspection and repair of a radial thrust bearing assembly on a VOSTA HPD 550-1350-280 dredge pump. The procurement involves a two-phase process: the first phase focuses on a comprehensive inspection and reporting of the assembly's condition, while the second phase entails repair or replacement of components, contingent upon government approval, using OEM-certified parts. This opportunity is critical for maintaining the operational integrity of essential dredging equipment, ensuring compliance with industry standards and minimizing downtime. Interested contractors must submit their quotes electronically by December 30, 2025, with all work to be completed by March 15, 2026. For further inquiries, contact Benjamin Knutson at benjamin.t.knutson@usace.army.mil or 651-290-5418.
    MOTOR, HYDRAULIC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of hydraulic motors. This procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 229 days, with all repairs needing to meet specific operational and functional requirements as outlined in the solicitation. The hydraulic motors are critical components for various naval applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL or by phone at 717-605-2774, with the solicitation details available for review.
    43--PUMPING UNIT,HYDRAU, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of hydraulic pumping units. The procurement aims to secure a firm-fixed-price contract for the repair of these units, with a required repair turnaround time of 206 days after receipt of the asset. These pumping units are critical for various military applications, ensuring operational readiness and efficiency. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    CYLINDER ASSEMBLY,A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Cylinder Assembly, A. This procurement requires contractors to provide firm-fixed-price quotes for the repair of the specified item, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 141 days and compliance with various military standards and inspection requirements. The Cylinder Assembly is critical for military operations, necessitating reliable and timely repair services to ensure operational readiness. Interested contractors must submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, with a deadline for submissions to be determined, and must be authorized repair sources to qualify for the contract.
    16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic drive units. The procurement involves comprehensive repair, testing, and inspection services to ensure that the hydraulic units are restored to a Ready for Issue (RFI) condition, adhering to specified technical standards and quality requirements. These hydraulic components are critical for aircraft operations, emphasizing the importance of maintaining their functionality and reliability. Interested contractors should direct inquiries to Rebecca L. Jordan at 215-697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL, with proposals expected to comply with the outlined requirements and quality assurance provisions.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    FIN STABILIZER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Fin Stabilizer Control Units, which are critical components of the fin stabilizing system used on 154' WPC vessels. These units, manufactured by Quantum Marine Engineering, must be individually packaged according to strict military standards to prevent damage during transport, and substitute parts will not be accepted. Interested vendors must submit their quotations by December 19, 2025, at 10:00 AM Eastern Standard Time, and should direct their proposals to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all specified packaging and marking requirements to avoid rejection of their bids.
    RESERVOIR,HYDRAULIC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of hydraulic reservoirs, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance standards due to the potential consequences of using incorrect or defective materials, which could lead to serious personnel injury or loss of vital shipboard systems. Interested vendors must ensure compliance with various specifications and testing requirements, and they can reach out to Scott Youngblood at 717-605-2379 or via email at SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL for further details. The procurement process emphasizes the importance of quality and traceability, with specific deadlines and requirements outlined in the solicitation documents.