REQUEST FOR INFORMATION (RFI) – PROCURMENT OF SUPPLIES IN SUPPORT OF THE SP22 LAUNCH SUBSYTEM SUPPORT EQUIPMENT
ID: N0016424SNB03Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

PSC

MARINE HARDWARE AND HULL ITEMS (2040)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 5, 2023 6:46 PM
  2. 2
    Updated Oct 5, 2023 6:46 PM
  3. 3
    Due Oct 20, 2023 8:00 PM
Description

Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking information for market research purposes for the procurement of D5 Launch Tube Safety Net Fabric Assemblies and Safety Net, C4 Trident for SP22 Launcher Subsystem Support Equipment. The Safety Nets will be used in multiple safety applications for military usage, specifically as fall protection for workers on the deck of the Ohio Class submarine with the missile tubes. The Naval Surface Warfare Center, Crane Division intends to award a contract on a full and open basis to a 100% Small Business set aside. Interested parties are requested to provide information on their capability to provide the manufacture, testing, and delivery of the specified items. The Government encourages participation by small business, small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Interested parties must be properly registered in the System for Award Management (SAM). Written responses shall be submitted via email to the provided points of contact by the closing date. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
SUB ASSY, PLUG, M28876, ANTI VIBE, S/S 13, KEY 1
Active
Dept Of Defense
The Department of Defense, specifically the Naval Surface Warfare Center, seeks industry capabilities for a potential future procurement of fiber optic interconnectors. The Port Hueneme Division issues this notice to conduct market research and identify potential suppliers for a specific sub assembly, referred to as SUB ASSY, PLUG, M28876, ANTI VIBE, S/S 13, KEY 1. The Navy requires a rough order of magnitude cost estimate for supplying 50 units of this commercial part number, along with information on the company's capabilities, resources, and experience in the electronic connector manufacturing space. Interested parties should provide the requested information, including company details, contact information, and tailored responses demonstrating their ability to meet the requirement. The Navy encourages responses from small businesses. This market survey does not guarantee a solicitation or contract award, and the government will not compensate respondents for their efforts or costs incurred. Responses are due by 3:00 PM Pacific Time on August 2, 2024, and should be sent to the primary contact, Ruben A. Velasquez, at the provided email address. For clarity, here are the key contacts and deadlines: Primary Contact: Ruben A. Velasquez Email: ruben.velasquez@navy.mil Phone: 8052280428 Response Deadline: 3:00 PM Pacific Time on August 2, 2024
1356 - 01-534-3057 BWJA, Lanyard Start Assembly
Active
Dept Of Defense
The Department of Defense, specifically the NAVSUP Weapon Systems Support Mechanicsburg, is seeking potential contractors for the manufacture and supply of NSN 1356-01-534-3057 BWJA, Lanyard Start Assembly (MK-54). This is a sources sought notice, indicating that the government is exploring options for potential contractors. The scope of work involves furnishing the labor, material, and facilities required for the manufacturing process. The government emphasizes that it possesses the necessary data for the endeavor and intends to solicit proposals for a full and open competition. Interested parties should take note that this notice is not a request for proposals. However, submissions received by the government prior to the closing date will be considered. All responsible sources are encouraged to respond and provide capability statements outlining their potential contributions. Eligible contractors should possess the capabilities and expertise in the manufacturing industry, specifically in ammunition and explosive components. The government will evaluate responses based on the contractors' qualifications and capabilities to determine their suitability for the undertaking. Funding and contract details will be provided in the official solicitation, should one be issued. Potential bidders are advised to keep an eye out for the solicitation, which will contain binding deadlines and instructions for submission. For clarification or further information, interested parties may contact McKenzy Harris at mckenzy.harris@navy.mil or via phone at 717-605-1368. Please note that this summary is based on the information provided and may not cover all the nuances of the opportunity. Be sure to review the original listing and associated files for a comprehensive understanding.
BST-1 LAUNCHER AND MATERIAL PROCUREMENTS SOLICITATION
Active
Dept Of Defense
The U.S. Navy's Naval Surface Warfare Center Philadelphia Division (NSWCPD) seeks proposals for a competitive contract to support the fabrication, manufacture, and assembly of AN/BST-1 Launcher Assemblies. These are required for the Columbia Class Submarine program, with a focus on delivering Schedule A equipment. The key task for the awardee will be to manufacture and supply these assemblies, along with associated components such as launcher spring compressors, buoy weldments, safety beam assemblies, and loading guide assemblies. The annual estimated production is two units per year, with each unit consisting of these various components. The awardee will be responsible for packaging and shipping the material to NSWCPD and must be able to handle Controlled Unclassified Information (CUI). To comply with the terms of the contract, the successful offeror will need to acknowledge and adhere to the data requirements outlined in the DD FORM 1423-1. This includes managing technical data packages (TDP), submitting them within specified deadlines, and providing other provisioning data. The form ensures efficient administration and compliance by outlining submission dates, distribution details, and associated costs. The contract will be awarded on a firm-fixed-price basis, with a potential six-year ordering period and a minimum government expenditure commitment of $60,000. Offerors should possess the capabilities and equipment to perform the required tasks, and a commitment to small businesses is also a key aspect, with a minimum $20 million directed towards small business participation. Proposals for this unrestricted procurement must be submitted by 5:00 PM local time on the extended deadline of August 2nd, 2024, as per the latest amendment to the solicitation. Offerors must ensure they acknowledge this amendment to avoid rejection. For clarification or questions, interested parties can contact Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil.
NFPC_CLB Cable Guides
Active
Dept Of Defense
The U.S. Navy, through the Naval Surface Warfare Center Philadelphia Division, seeks experienced vendors for multiple defense-related procurement opportunities related to the "RopeGuard" system. The main objective is to acquire intricate and specialized cableway components and associated services, encompassing design, fabrication, and certification. These components play a critical role in managing and securing sensitive infrastructure cables in naval applications. The scope of work involves adhering to detailed drawings and specifications for the manufacture and supply of these components. The emphasis is on precision, quality, and compliance, with strict tolerances, surface requirements, and international standards such as ISO 9001:2015 that must be met. Key components include connector covers, cable guides, and advanced composite parts. To ensure the success of these complex projects, the Navy seeks vendors with a proven track record in high-precision manufacturing, quality assurance, and compliance with military standards. Experience in defense-related projects and security clearances are also desirable. The contract is likely to be a firm-fixed-price agreement, with potential penalties for non-conformity. The estimated total value ranges from $500,000 to $1 million, or even higher, given the extensive requirements and military application. Proposals for some RFPs are due by 17th July 2024, while others have a deadline of 6th August 2024. Both deadlines were extended to ensure vendors have sufficient time to respond. The evaluation process will consider technical merit, past performance, and cost effectiveness. For further clarification and questions, potential bidders can contact Cathy Hughes at cathy.hughes5.civ@us.navy.mil or via phone at 267-271-6243.
SOURCES SOUGHT – NEW MANUFACTURING OF THE AN/SPG-62 REFLECTOR FOR THE MK-99 FIRE CONTROL SYSTEM (FCS)
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY - SOURCES SOUGHT – NEW MANUFACTURING OF THE AN/SPG-62 REFLECTOR FOR THE MK-99 FIRE CONTROL SYSTEM (FCS) The Department of Defense, specifically the Department of the Navy, is seeking information from companies that have the capability and facilities to manufacture multiple AN/SPS-62 Reflectors. The AN/SPG-62 Reflector is used for the MK-99 Fire Control System (FCS). This requirement is planned as a non-commercial, Firm-Fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract for a period of five (5) years for US Navy and Foreign Military Sales (FMS). Interested businesses with the capability and facilities to provide this type of supply/service are invited to submit information pertaining to their capability to fulfill this requirement. The Government may contact Sources Sought respondents to obtain clarification on the information submitted. The AN/SPG-62 Reflector is a crucial component of the MK-99 Fire Control System (FCS), which is used by the Department of the Navy. It is used for search, detection, navigation, guidance, aeronautical, and nautical systems and instrument manufacturing. The reflector is responsible for accurately detecting and tracking targets, ensuring the effectiveness of the FCS. The Department of the Navy is looking for companies that can manufacture multiple reflectors to meet their requirements for the next five years. Interested businesses should review the DRAFT Statement of Work (SOW) and submit their information electronically.