TR-317 Series Hull Penetrator Assembly Production
ID: N6660426R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the production of TR-317 Series Hull Penetrator Assemblies, which are critical components for submarine safety and operations. The procurement involves a Multiple Award Indefinite Delivery Indefinite Quantity (MAC IDIQ) contract, with delivery orders to be awarded on a Firm Fixed Price basis over a period of up to five years. These assemblies are essential for SUBSAFE Level 1 hardware, ensuring the reliability and safety of submarine operations. Interested contractors must submit their proposals electronically by November 21, 2025, and can direct inquiries to Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Andrew Nagelhout at andrew.c.nagelhout@navy.mil.

    Files
    Title
    Posted
    This document addresses 18 questions and answers related to Solicitation N66604-26-R-0011, focusing primarily on technical drawing discrepancies, material specifications, and contractual clauses. Key issues include corrections to drawing dimensions, tolerances, and "for reference only" designations. The government plans to update the CIPS and associated reference drawings post-award, with current questions and answers taking precedence until then. Material specifications for plating and alloys are clarified, allowing for alternatives approved by NAVSEA. Contractual clarifications include requirements for 12 First Article units, the government's right to establish liquidated damages at the order level, a confirmed ceiling value for CLIN 0003, and an updated question submission deadline. The recency period for past performance is set at five years, and the small business participation goals are distinct from subcontracting plan requirements. First Article Units are Firm Fixed Price, requiring no pricing workbook or narrative. The government does not anticipate extending the proposal due date due to budgetary status.
    This document outlines the proposed milestone progress and payment schedules for two solicitations related to TR-317 Hull Penetrators: N66604-26-R-0011 for First Articles (CLIN 0002) and N66604-26-R-001 for Production Assemblies (CLIN 0003). Both CLINs detail severable and cumulative milestones, including design reviews (Preliminary and Final Configuration Review), material receipt, testing, and final acceptance of the hull penetrators. Each milestone has a corresponding percentage of the CLIN price for both small and large businesses, and a specific verification method involving TPOC review and electronic confirmation of acceptance for payment processing through WAWF. The document emphasizes that the final Performance Based Payments (PBP) percentage will be adjusted at award based on the contractor's size status.
    This Statement of Work (SOW) outlines the production contract for TR-317 Series Hull Penetrator Assemblies, critical SUBSAFE Level 1 hardware for the U.S. Navy. The contractor will design, manufacture, test, and deliver these assemblies, adhering to strict performance specifications and quality standards set by various NAVSEA and military documents. The project involves a First Article Phase with rigorous design reviews, audits, and testing, followed by a Production Phase that includes ongoing quality control, acceptance testing, and certification for SUBSAFE material. Key requirements include compliance with environmental regulations, comprehensive reporting, and robust security measures for handling controlled unclassified information. This contract aims to ensure the safety and reliability of submarine components by establishing a stringent procurement and production process for essential hull penetrator assemblies.
    This Statement of Work (SOW) outlines the production contract for TR-317 Series Hull Penetrator Assemblies, critical SUBSAFE/LEVEL I hardware for the Naval Undersea Warfare Center Division, Newport. The contractor must design, manufacture, test, package, and deliver these assemblies according to detailed performance specifications and numerous applicable documents. Key phases include First Article development, involving rigorous reviews, audits, and testing, followed by the Production Phase, which requires adherence to established baselines and ongoing quality control. The SOW emphasizes stringent quality assurance, mercury-free production, and compliance with security regulations, including Controlled Unclassified Information (CUI) and Operations Security (OPSEC) requirements. Funding will come from various Navy sources, and performance will be evaluated on technical quality, schedule, management, small business utilization, and regulatory compliance.
    This government solicitation outlines instructions for submitting proposals for the TR-317 Series Hull Penetrator Assembly, an unrestricted new requirement with an anticipated start date of March 31, 2026. The contract anticipates multiple awards to approximately five offerors, categorized by qualification status: Fully Qualified, Partially Qualified, Undergoing Qualification, and Not Currently Qualified. Minimum guarantees vary based on this status, and only qualified awardees can submit production orders. Proposals must be submitted electronically, adhere to strict formatting (e.g., 8.5 x 11-inch paper, 12-point Times New Roman font), and include specific CUI markings. Required proposal volumes include Administrative, Pass/Fail Requirements (Small Business Participation and Qualification Status), Technical, Past Performance, and Cost/Price. Only
    This government solicitation, an unrestricted Request for Proposal (RFP) for TR-317 Series Hull Penetrator Assemblies, outlines instructions for proposal submission, focusing on a Multiple Award Contract (MAC) for approximately five awardees. Key details include a March 31, 2026, performance start date, NAICS code 334511, and PSC 5975. Offerors are categorized by qualification status (Fully, Partially, Undergoing, Not Currently Qualified), influencing minimum contract guarantees and First Article unit requirements. Proposals must be submitted electronically to designated POCs by specific deadlines, adhere to strict formatting (e.g., 8.5x11, 12-point Times New Roman font), and include
    This document outlines instructions for submitting proposals for an unrestricted Multiple Award Contract (MAC) to supply TR-317 Series Hull Penetrator Assemblies. The contract, anticipated to start March 31, 2026, will award approximately five vendors. Proposals are categorized by qualification status (Fully, Partially, Undergoing, Not Currently Qualified), which determines minimum guarantees and proposal requirements. Key submission instructions include electronic submission to specified contacts, strict formatting (e.g., 8.5x11-inch, 12-point Times New Roman font), and specific content for each volume, with page limits. All offerors must address small business participation and assert their qualification status with supporting documentation. "Not Currently Qualified" offerors require a full technical proposal, while all others must submit past performance references and cost/price information. The Product Service Cost (PSC) is 5975, and the NAICS code is 334511.
    This government solicitation outlines the evaluation factors for awarding a competitive Multi-Award Contract (MAC) for SUBSAFE/LEVEL I requirements, anticipating approximately five awards. Proposals will be evaluated on a Pass/Fail basis for specific criteria like Small Business Participation, Qualification Status (Full, Partial, Undergoing, Not Currently Qualified), and Quality Management System (ISO 9001:2015 certified or non-ISO certified). Offerors must pass all these requirements to be eligible. Subsequently, proposals will be rated as Acceptable or Unacceptable based on three main factors: Technical Capability, Past Performance, and Cost/Price. Technical Capability assesses design, requirements understanding, performance analysis, facilities, risk assessment, configuration management, first article design, and testing. Past Performance evaluates recency, relevancy, and quality within the last five years, with a performance confidence assessment. Cost/Price evaluation involves price/cost analysis and checking for unbalanced pricing, calculating a Total Evaluated Price (TEP). A deficiency in any factor renders a proposal Unacceptable and unawardable.
    This government solicitation outlines the evaluation factors for awarding a competitive Multi-Award Contract (MAC) for SUBSAFE / LEVEL I TR-317 Series Hull Penetrators. The government plans to award approximately five contracts based on initial proposals, with potential for discussions. Proposals will undergo a Pass/Fail evaluation for Small Business Participation, Assertion of Qualification Status (Full, Partial, Undergoing, or Not Currently Qualified), Quality Management System (ISO 9001:2015 certified or non-ISO), and Government Furnished Property (GFP) management. Failure in any Pass/Fail criterion may lead to no further consideration. Technical Capability, Past Performance, and Cost/Price are the main evaluation factors, all rated as Acceptable/Unacceptable. Technical Capability assesses design, requirements understanding, performance analysis, facilities, risk assessment, configuration management, and first article development. Past Performance evaluates recency, relevancy, and quality of performance, including subcontractors and affiliates. Cost/Price involves analysis of qualification units and total evaluated price. Proposals with deficiencies are deemed Unacceptable and unawardable.
    The government intends to award approximately five competitive Multiped Award Contracts based on initial proposals without discussions. Awards will be made to responsible offerors whose proposals meet all Pass/Fail Requirements and are technically acceptable. Key evaluation factors are Technical Capability, Past Performance, and Cost/Price, with no relative importance among them. Pass/Fail criteria include Small Business Participation, Assertion of Qualification Status (Full, Partial, Undergoing, Not Currently Qualified), and Quality Management System (ISO 9001:2015 certified or equivalent). Non-cost/price factors (Technical Capability and Past Performance) are rated Acceptable/Unacceptable, with a 'Deficiency' leading to an Unacceptable rating. Technical Capability assesses design, requirements understanding, performance analysis, facilities, risk, configuration management, and test approaches. Past Performance evaluates recency, relevancy, and quality of performance, leading to a confidence assessment. Cost/Price evaluation focuses on price/cost analysis for qualification units and overall Total Evaluated Price calculation.
    This document addresses questions and answers for Solicitation N66604-26-R-0011, focusing on clarifications and corrections related to drawings and specifications for a government contract. Key issues include discrepancies in drawing revisions (03411002, 03411004, 03411008, 03411009), material requirements (Copper Alloy 903, suitable underplating, rubber compounds), and testing procedures (First Article, Shock event, UNDEX). The government commits to issuing drawing and CIPS (Contractor Inspection Procedures and Specifications) revisions to correct errors, clarify dimensions, tolerances, and material specifications. It also confirms requirements for twelve First Article units, government-scheduled shock testing, and specific lead times for government-performed testing. Administrative clarifications include the correct question submission deadline, a five-year recency period for past performance, and confirmation that no pricing workbook is required for Firm Fixed Price First Article Units. The government also addresses concerns about material availability (Chemlok, Denka rubber) and marking requirements, indicating some will be corrected or maintained as stated. The maximum allowable extension for the solicitation closing date is November 21, 2025.
    This GFP Attachment details a solicitation amendment (N6660426R0011, Amendment 0002, dated 2025-10-30) for the TR-317 Series Hull Penetrator Production program. It specifically addresses the provisioned item, an Inboard Cable Assembly (03411003) for the TR-317 Series Hull Penetrator Assembly. The amendment outlines the procurement of 60 units of this cable assembly, identified by NSN 599501449145 and CAGE Code 88594, with a unit acquisition cost of $394.58. These cables are classified as equipment, are not serially managed, and are intended for return. Delivery is expected 12 months from the award date, with current procurement handled by NUWCDIVNPT.
    This government file outlines instructions for contractors regarding the pricing of Contract Data Requirements Lists (CDRLs). Specifically, it directs contractors to complete Blocks 17 (PRICE GROUP) and 18 (ESTIMATED TOTAL PRICE) for each listed CDRL. This task must be performed in accordance with Section L-215-H004, which provides detailed instructions for pricing these contract data requirements. The document emphasizes the importance of accurately filling in these highlighted sections to ensure proper financial alignment with the contract's data deliverables.
    This document, an addendum to DD FORM 1423 CONTRACT DATA REQUIREMENTS LIST (CDRL A007 BLOCK 16), outlines the delivery schedule and review timelines for contractor subdrawings during various project events. It specifies the submission format (PDF, hardcopy, and Excel lists) and the number of days prior to each event (Preliminary Critical Review - PCR, Formal Critical Review - FCR, First Article-Physical Configuration Audit - FA-PCA, and Functional Configuration Audit/Physical Configuration Audit - FCA/PCA) that these drawings must be submitted. The government's review period and the contractor's subsequent actions, such as addressing discrepancies, are also detailed. This addendum ensures a structured process for document control and government oversight throughout the project lifecycle, aligning with federal procurement requirements for data deliverables.
    This document, an addendum to DD Form 1423, outlines the contract data requirements for contractor subdrawing submissions during various stages of a project, including PCR, FCR, FA-PCA, and FCA/PCA events. It details the required formats (PDF, hardcopy, and XLSX for lists), submission deadlines relative to each event, and the corresponding government review periods or comment provisions. For instance, contractor subdrawings for a Preliminary Critical Review (PCR) are due 15 days prior to the event, with the government reviewing within 5 days. Final Critical Review (FCR) submittals are due 20 days prior, with a 10-day government review. For Functional Audits/Physical Configuration Audits (FA-PCA) and FCA/PCA, submissions are due 10 days prior, and the government provides comments at the event, with a 20 DARC (Days After Resolution of Comments) for FCA/PCA after discrepancies are resolved. The addendum ensures a structured process for document exchange and government oversight throughout the project lifecycle.
    Solicitation Amendment 0003 for RFP N6660426R0011, issued by NUWC DIV NEWPORT, addresses industry questions and incorporates Attachment #7, which includes CDRLs Blocks 17 and 18. This amendment, dated November 17, 2025, also replaces the previous 'Questions and Answers - Amendment 0002' with 'Questions and Answers - Amendment 0003'. The purpose is to modify the original solicitation, ensuring all terms and conditions remain unchanged except as specified. Offerors must acknowledge this amendment to avoid rejection of their offers. This document is crucial for contractors to ensure compliance with the updated solicitation requirements.
    This government solicitation, N6660426R0011, is for the production of SUBSAFE and LEVEL 1 TR-317 Series Hull Penetrator Assemblies. The Naval Undersea Warfare Center Division Newport is issuing this Request for Proposal (RFP) which outlines requirements for a post-award conference, first article units, production units, and data deliverables. Key aspects include mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2 compliance by November 10, 2025, and strict adherence to NIST 800-171 enhanced security controls for defense industrial base partner networks. The document also details specific clauses regarding government testing of first articles, exclusion of mercury, access to data with restrictive markings, and comprehensive invoicing instructions via Wide Area WorkFlow (WAWF). Inspection and acceptance for production units will occur at the Contractor's facility. The overall period of performance for production units and data extends from March 2026 to March 2031, with an estimated ceiling value of $98,160,000 for production units. The solicitation emphasizes rigorous quality management systems and detailed documentation for equitable adjustment requests.
    The document addresses a question regarding Solicitation N66604-26-R-0011, specifically whether a drawing package would be posted with the solicitation. The answer clarifies that due to distribution restrictions, the drawing package will not be posted on SAM. Instead, interested parties must request the documents. Section L, Note 9 of the solicitation provides details on how to request the drawing package and applicable documents. This indicates a controlled distribution process for sensitive or restricted information related to the RFP.
    The document provides a Q&A for Solicitation N66604-26-R-0011, addressing numerous technical discrepancies and administrative clarifications for a government contract. Key issues include corrections to drawing revisions (03411002 Rev K, 03411004 Rev A, 03411008 Rev A, 03411009 Rev B, 03412003 Rev A), material specifications (e.g., gold over copper plating, copper alloy 903, C63200 temper TQ50), and inspection procedures. The government confirms it will provide drawing packages upon request and correct several drawing errors in future revisions. Administrative points clarify the requirement for 12 First Article units, the government's responsibility for shock testing, a five-year recency period for past performance, and that First Article Units are Firm Fixed Price. The government also addresses questions regarding small business goals, liquidated damages, and a firm closing date for proposals, with no further extensions.
    This document, "Questions and Answers Solicitation N66604-26-R-0011," addresses critical clarifications and revisions for a government solicitation, likely an RFP for federal grants or contracts related to manufacturing specialized equipment. Key issues include numerous drawing discrepancies (e.g., Drawing 03411002 Rev K, 03411004 Rev A, 03411008 Rev A, 03411009 Rev B) and specification conflicts (Specification 8192757). The government confirms it will issue drawing revisions and CIPS (Configuration Item Product Specifications) updates to correct errors in dimensions, tolerances, material specifications, and reference figures. Important clarifications are provided regarding First Article (FA) testing requirements, including the need for twelve FA units, the government's role in shock testing, and the pass/fail criteria. The document also addresses administrative aspects like the question submission deadline, past performance recency period, small business participation goals, and the removal or modification of FAR 52.211-11 concerning liquidated damages. Furthermore, it clarifies that pricing for First Article Units is Firm Fixed Price, and no pricing workbook or narrative is required.
    The document addresses numerous questions and answers related to Solicitation N66604-26-R-0011, providing clarifications and planned revisions for drawing packages, specifications, and contractual clauses. Key issues include obtaining drawing packages, discrepancies in drawing revisions (specifically Drawing 03411002 Rev K and others), material and plating requirements, marking instructions, and conflicting dates or definitions within the solicitation. The government confirms several corrections will be made in future drawing revisions and amendments to the CIPS (Configuration Item Product Specification), ensuring alignment on dimensions, tolerances, material approvals, and testing procedures. It also clarifies requirements for First Article units, liquidated damages, pricing for CLIN 0003, and small business participation goals. Additionally, the government addresses questions regarding test procedures, rubber samples, and serialization, while noting that certain material alternatives or waivers are not permitted. The document also provides updates on the virtual post-award conference and confirms the maximum extension for the solicitation closing date.
    Amendment 0001 to solicitation N6660426R0011, issued by NUWC DIV NEWPORT, addresses industry questions and updates several sections of the solicitation. Key changes include extending the closing date to November 21, 2025, modifying CLIN 0001 to specify a $2,500 ceiling for Post-award Conference Attendance, and explicitly stating that CLIN 0004 for Data is "Not Separately Priced." The amendment also revises clauses 52.209-3 (First Article Approval-Contractor Testing) and 52.211-11 (Liquidated Damages). New attachments, "Questions and Answers Amendment 0001," "Section L - Amendment 0001," and "Section M - Amendment 0001," have been added, replacing previous versions of Sections L and M. The deadline for submitting questions has been removed from the text of clause L-215-H007, but the instruction to submit questions 14 calendar days prior to the closing date remains in effect. The government will not provide further extensions due to fleet needs.
    This document is Amendment 0002 to Solicitation Number N6660426R0011, issued by NUWC DIV NEWPORT. The amendment addresses industry questions, updates attachments related to Section L (Instructions, Conditions, & Notices to Offerors or Quoters) and Section M (Evaluation Factors for Award), and revises the Statement of Work. Key changes include the addition of FAR Clause 52.245-1 (Government Property) and DFARS Clause 252.245-7003 (Contractor Property Management System Administration). It also incorporates new NAVSEA clauses L-245-H001 and L-245-H002, which provide instructions and requirements for offerors regarding the availability and use of Government Furnished Property (GFP). Offerors must acknowledge this amendment and are required to submit detailed information on any proposed use of government property, including lists, dates, rental amounts, and property management system descriptions.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking a contractor for the production of TR-317 Series Hull Penetrator Assemblies. This contract involves the design, documentation, manufacturing, testing, packaging, and delivery of both First Article and Production units, adhering to SUBSAFE and LEVEL I hardware quality requirements. The contractor must maintain a robust quality system, provide detailed progress and failure reports, and conduct various configuration reviews and audits. Key tasks include preliminary and final configuration reviews, physical and functional configuration audits, and extensive testing to ensure compliance with specified performance requirements. The contractor will also be responsible for engineering changes, certification data submission, and joint source inspection. The project emphasizes strict adherence to security compliance, including handling classified and controlled unclassified information, and requires an Operations Security (OPSEC) program.
    The Naval Undersea Warfare Center (NUWC) Division Newport, RI, plans to award a 5-year Multiple Award Contract (MAC) for assembling TR-317 Series Hull Penetrators. This unrestricted procurement, under NAICS code 334511, anticipates a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) provisions. The solicitation (N6660426R0011) is expected around October 13, 2025, with proposals due 35 days later. Awards will go to responsible offerors meeting Pass/Fail requirements, technical acceptability, and fair/reasonable FFP pricing for first article units. Proposals will be evaluated based on four qualification statuses: Fully Qualified, Partially Qualified, Undergoing Qualification, and Not Currently Qualified, with varying technical proposal requirements. The contract requires SUBSAFE Level I material and higher-level quality standards like ISO 9001. Order-level awards will prioritize best value based on collective average unit price and throughput, as no single company can meet the monthly demand of 400 units. Access to drawings requires an active Joint Certification Program (JCP) registration. Comments on enhancing competition and streamlining processes are invited within 15 days of the synopsis posting.
    Lifecycle
    Similar Opportunities
    PENETRATOR,HULL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Hull Penetrator, a critical component for shipboard systems. This contract requires the manufacturing and delivery of specialized electrical connector assemblies, which are essential for maintaining operational integrity and safety on naval vessels. The materials involved are classified as Special Emphasis material, necessitating stringent quality control measures to prevent failures that could lead to serious consequences. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the contract expected to be awarded following a thorough evaluation of past performance and compliance with specified requirements.
    DT-513 Series Hydrophones
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    Propulsor Duct Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    13--FIN ASSEMBLY,TORPED
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    TIH 28/30/32
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.
    PERISCOPE SUBASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    20--HUB,PROPELLER,SHIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.