Engineering Services Blanket Purchase Agreement
ID: N0016725Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

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 proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking engineering services through a solicitation aimed at small business vendors. The initiative is categorized under NAICS code 541330 with a business size standard of $25.5 million. The contract will be awarded based on the Lowest-Priced, Technically Acceptable (LPTA) proposal that offers the best value to the government. Interested parties must submit inquiries before February 19, 2025, and quote packages are due by February 28, 2025. Submissions must include essential company information such as the official name, point of contact, and Cage code, and should be directed to Michael Bonaiuto via email. This procurement reflects the government's commitment to engage small businesses in fulfilling federal requirements, ensuring both compliance and support for the small business sector within the defense industry.
    The document outlines a Request for Proposal (RFP) for engineering services to support the Naval Surface Warfare Center Carderock Division (NSWCCD). It specifies ten main service areas, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, among others. Each area requires delivery of data and compliance with a detailed Performance Work Statement (PWS). The Blanket Purchase Agreement (BPA) allows for services to be ordered over a five-year span, with a total ceiling price set at $7,499,999.99. Key qualifications for contractors include specific educational backgrounds and extensive experience in various engineering disciplines related to naval architecture and support operations. The PWS emphasizes the flexibility needed to address urgent task orders in diverse global locations and mandates that services adhere to quality and safety standards. Invoicing and payments will occur electronically, ensuring efficient financial management. The document further includes clauses relevant to the procurement process, emphasizing compliance with federal requirements and evaluation metrics for contractor selection. Overall, this RFP serves as a critical framework to procure engineering expertise to maintain naval vessel readiness and effectiveness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    BPA - IT and Telecom PSC 7E20
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    NSWCCD Wire Rope Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals from qualified small businesses for the procurement of wire rope assemblies. The solicitation outlines specific requirements for various wire rope assemblies, including detailed dimensions, construction types, material specifications, and performance standards such as breaking strength and structural integrity. These assemblies are critical for ensuring safety and reliability in naval operations, emphasizing the importance of compliance with stringent quality and inspection criteria. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil or by phone at 757-600-8579.
    General Hardware (M Department) Master BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    Propulsor Demonstration Hardware (PDH) Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is seeking proposals for the Propulsor Demonstration Hardware (PDH) Follow-On project. This solicitation aims to procure advanced hardware solutions that will enhance the capabilities of naval propulsion systems, which are critical for maintaining operational readiness and technological superiority in maritime defense. The project is expected to contribute significantly to national defense research and development activities, particularly in the shipbuilding and repairing sector. Interested vendors can reach out to Carlos Triay at carlos.triay@navy.mil or by phone at 954-926-5653, or Charles Renno at charles.l.renno.civ@us.navy.mil, 954-408-5391 for further details.
    BPA - Fire fighting Equipment PSC 4210
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire-fighting equipment under PSC Code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The BPAs will facilitate the acquisition of essential fire-fighting equipment, which is critical for ensuring safety and operational readiness. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, and they must maintain active accounts in both the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM).
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the machining of nickel aluminum bronze (NAB) parts for the VIRGINIA Class propulsor system. The procurement involves the fabrication of various NAB components using Government Furnished Materials (GFM), adhering to specified ASTM standards and technical drawings, with a focus on maintaining rigorous quality metrics throughout the manufacturing process. This contract is crucial for ensuring the operational readiness and reliability of naval propulsion systems, with a performance period extending until February 2027. Interested small businesses must submit their quotes by March 3, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil, with a maximum employee limit of 550 under NAICS code 339999.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.
    General Hardware (M Department) Master BPA
    Buyer not available
    Sources Sought DEPT OF DEFENSE General Hardware (M Department) Master BPA: The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, is seeking companies to establish Blanket Purchase Agreements (BPAs) for the procurement of general hardware supplies and services. This category falls under the Energetics Manufacturing Department (Code M) at NSWC IHD in Indian Head, Maryland. Interested companies must provide documentation addressing the performance work statement, complete and return the price list, and submit a capability statement/line card describing their company, capabilities, and expertise. Additionally, companies must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). ITAR Certification is required for procurements under these BPA Masters. Small businesses are preferred, but large businesses will also be considered. The primary contact for this request is Sarah Hayden (sarah.n.hayden@navy.mil), and the secondary contact is Dr. David Greaves (david.greaves@navy.mil).