TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
ID: N0016424RGP83Type: Presolicitation
Overview

Buyer

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

NAICS

Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers (332812)

PSC

STRUCTURAL SHAPES (9520)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the Naval Surface Warfare Center Crane Division for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. The scope includes requirements for both new production and refurbishment, emphasizing adherence to technical specifications and the Statement of Work (SOW). The contractor is responsible for provision, testing, inspection, and delivery of the assemblies, aligning with strict quality control standards. The document details specifications for First Article Testing (FAT), a critical requirement for both new and refurbished units, stating testing conformity to multiple ASTM standards. It also specifies guidelines for Government Furnished Property management and mandates secure handling of sensitive information. The comprehensive description encompasses production processes, necessary certifications, packaging, and shipping procedures. Overall, the RFP aims to uphold stringent defense acquisition standards while ensuring thorough oversight and compliance through detailed reporting and testing protocols. The intent is to enhance performance and reliability within naval operations involving sonar systems. This initiative underscores the government's commitment to maintaining high-quality defense capabilities through rigorous procurement processes.
    This document serves as an amendment to a federal solicitation, specifically extending the closing date for submissions. The original deadline of September 13, 2024, has been pushed back to October 1, 2024, at 4:00 PM. The amendment ensures that all previous terms of the solicitation remain unchanged, emphasizing the importance of acknowledging the receipt of this amendment by the contractors. The document is issued by the Naval Surface Warfare Center Crane Division, highlighting necessary procedural steps for contractors to update or change their offers. The summary includes relevant contact details for the contracting officer, underscoring the communication protocols essential in the contracting process. This amendment reflects the typical administrative processes followed within government RFPs, ensuring compliance and clarity for interested parties in submitting their proposals.
    The document outlines the solicitation for the fabrication and refurbishment of TR-343 Transducer Tube Assemblies, issued by the Naval Surface Warfare Center (NSWC) Crane Division. It establishes requirements for both new production and refurbished units, detailing the necessary specifications, quantity ranges, pricing matrices, and testing procedures, including First Article Testing (FAT). The SOW highlights the project's significance in supporting the AN/SQQ-89(V) Anti-Submarine Warfare system, emphasizing compliance with various engineering standards and inspection processes. Contractors must deliver the assemblies following strict protocols for refurbishment, such as the removal and application of coatings, quality checks, and adherence to safety standards. The document stresses the importance of documenting all testing and inspection results, and outlines the responsibilities of both the contractor and the government regarding property management and reporting. This solicitation is part of federal efforts to ensure quality and accountability in procurement processes, facilitating advancements in naval technology while inviting qualified vendors to contribute.
    Similar Opportunities
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    58--RECEIVER TRANSMIT,A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of Receiver Transmit, NSN 7R-5845-016590089-CB. This equipment is flight critical, and potential suppliers must obtain government source approval prior to contract award. The solicitation is restricted to approved sources only, and the successful bidder will deliver the goods to the point of origin. This procurement is tailored to the specific requirements of the Navy, which relies on the specialized underwater sound equipment for its operations. The receiver-transmit unit is a critical component, and the contract will be awarded based on the supplier's ability to deliver the goods promptly. Interested parties should contact Svitlana Shvets at the provided email or phone number for more information. The funding amount has not been specified, but the deadline for submissions is crucial, with potential suppliers required to submit their proposals by the cut-off date to be considered for award.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Solicitation for the Repair of Electron Tube, 10 KW Traveling Wave Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting offers for a five-year requirements contract focused on the repair of 540 units of the Electron Tube, 10 KW Traveling Wave Tube, identified by NSN: 7HH 5960-01-322-1337 and Part Number 573032. This procurement is critical for maintaining operational capabilities within naval systems that rely on electronic components, ensuring reliability and performance in various defense applications. Interested contractors should note that the deadline for receipt of offers has been extended to 4:30 PM EST on September 27, 2024, and must acknowledge receipt of the amendment to avoid rejection of their proposals. For further inquiries, contact Lance Geesey at lance.geesey1@navy.mil.
    Solicitation for the Repair of Electron Tube, Simplified Drive (SDR) Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) in Mechanicsburg, is soliciting offers for a five-year requirements contract for the repair of 125 units of the Electron Tube, Simplified Drive (SDR) Tube, with NSN: 7HH5960-01-499-7172 and Part Number 6625287. This procurement is critical for maintaining operational readiness and support for naval systems that rely on these electronic components. Interested contractors should note that the deadline for submitting offers has been extended to 4:30 PM EST on October 14, 2024, and must acknowledge receipt of the amendment to avoid rejection. For further inquiries, interested parties can contact Lance Geesey at 717-605-1313 or via email at lance.geesey1@navy.mil.
    Towed Body (TB)-29C Thin Line Towed Array (TLTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Towed Body (TB)-29C Thin Line Towed Array (TLTA) systems under Solicitation N00024-24-R-6102. This procurement aims to acquire advanced towed array systems that are critical for undersea warfare operations, enhancing the Navy's capabilities in search, detection, navigation, and guidance. Interested offerors must be registered in the System for Award Management (SAM) database, and the solicitation has been amended to extend the closing date to October 24, 2024. For further inquiries, potential bidders can contact Stuart Burman at stuart.burman2.civ@us.navy.mil or by phone at 202-714-7059.
    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 seeking contractors 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 the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.