POST Hoist Platform – Fiber Reinforced Plastics (FRP)
ID: N6426725Q4068Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 12, 2025, 12:00 AM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the procurement of POST and Hoist Platforms made from Fiber Reinforced Plastics (FRP) for use at NAS Norfolk, Virginia. The contract will be awarded on a sole-source basis to WYN Industries Inc., with a Firm Fixed Price (FFP) structure, emphasizing the need for compliance with specific engineering standards and quality assurance protocols as outlined in the associated technical drawings and Request for Quotations (RFQ). This procurement is critical for enhancing operational capabilities within the Navy, ensuring that the platforms meet stringent durability and reliability requirements. Interested parties must submit their quotes electronically by the specified deadline, and any amendments to the solicitation will be published on the designated website. For further inquiries, contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
The document is a series of technical drawings from the Department of the Navy's Naval Surface Warfare Center, detailing various components related to hoist control systems made from Bedford Reinforced Plastics. Each component is identified by a part number, dimensions, materials, and specific tolerances, adhering to ASME standards for geometric tolerancing. Throughout the document, multiple assembly notes are referenced, indicating that the parts are to be used in conjunction with each other for hoist control systems, with a focus on engineering precision and safety compliance. The designs emphasize weight specifications and are accompanied by detailed annotations regarding the manufacturing process and quality assurance protocols. This document's intent aligns with government contracts for manufacturing and assembling specified naval equipment, reflecting the Navy's standards for durability and reliability in operational environments. The comprehensive nature of the drawings ensures that all stakeholders understand the required specifications for production, crucial for maintaining uniformity and compliance with federal procurement standards.
Mar 29, 2025, 3:04 AM UTC
The document comprises detailed engineering drawings related to components sourced from Bedford Reinforced Plastics for the U.S. Navy, specifically from the Naval Surface Warfare Center Corona. Each drawing lists part numbers, quantities, and specifications for various components, such as vertical supports, platforms, braces, and toe kicks. Key features include dimensions in inches, material specifications, geometric tolerancing standards, and assembly applications. The drawings emphasize the importance of adhering to ASME standards for mechanical design and highlight that these components are approved for public release, indicating transparency and regulatory compliance. Overall, the document serves as a critical resource for ensuring proper implementation of manufactured parts in naval applications, underscoring the significance of accuracy in engineering and procurement processes within governmental contracts.
Feb 11, 2025, 7:08 PM UTC
The Naval Surface Warfare Center Corona (NSWC Corona) is initiating a procurement process for a new Hoist and POST training platform constructed from Fiberglass Reinforced Polymer (FRP), stainless steel, and concrete. This project involves the demolition of existing metal platforms and their concrete footings, followed by the installation of new platforms that will enhance the training capabilities for helicopter rescue operations. The contractor must adhere to applicable Department of the Navy standards and provide specific components listed in the documentation. Key components include various structural beams, vertical supports, staircases, handrails, and safety features designed to meet training requirements. The attached Bill of Materials specifies quantities for essential parts, ensuring that no alternatives are accepted. This procurement represents a significant effort by the Navy to improve training facilities while ensuring compliance with safety standards and fostering effective hands-on learning experiences.
Mar 29, 2025, 3:04 AM UTC
The Request for Quotations (RFQ) N6426725Q4068 issued by the Naval Surface Warfare Center (NSWC) Corona Division seeks quotations for specific supplies and services, primarily the procurement of Fiberglass Reinforced Polymer (FRP) materials to construct a hoist and training platform at NAS Norfolk, Virginia. The RFQ outlines that the contractor is expected to provide various components as specified in the Bill of Materials (BOM) and part drawings, ensuring compliance with relevant Navy and Defense standards. It highlights key requirements such as item identification, packaging standards, delivery schedule, and inspection criteria, with all goods due by August 1, 2025. Terms related to inspection, payment processing through the Wide Area Workflow (WAWF), and clauses governing contract performance and termination rights are detailed, emphasizing the Government's rights and contractor responsibilities. The document underlines the importance of obtaining necessary licenses and permits and maintaining compliance with federal regulations specific to the defense sector. This RFQ reflects the government's initiative to enhance operational capabilities through precise procurement processes.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
40--HOOK,HOIST, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hoist hooks, with a total quantity requirement increased to 36 units. This procurement is a sole source requirement, necessitating government source approval prior to award, as the government lacks sufficient data to contract with other sources. The contractor will be responsible for all necessary repairs, testing, and inspections to return the items to a Ready for Issue condition, adhering to strict quality and material standards. Interested vendors should contact Jacob Wells at jacob.r.wells1@navy.mil or by phone at 215-697-1227 for further details and to obtain the necessary source approval documentation.
USNS NEWPORT (T-EPF 12) Habitability Outfitting
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking suppliers for the procurement of habitability outfitting materials for the USNS NEWPORT (T-EPF 12). This acquisition includes fire-rated doors, frames, channels, and various metal components, which are critical for ensuring the operational readiness and safety of the vessel. Interested vendors must submit quotations that detail pricing, delivery timelines, and compliance with technical specifications, with bids due by May 5, 2025, and anticipated delivery to Norfolk, VA by July 3, 2025. For further inquiries, Richard Bell can be contacted at richard.bell16.civ@us.navy.mil or by phone at 564-226-7572.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of the OK-542 Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict quality and compliance standards, including providing various certifications and documentation, with quotes due electronically by April 9, 2025. For further inquiries, vendors can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
20--CYLINDER HOIST ASSY - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Cylinder Hoist Assemblies and other replacement parts. This procurement aims to fulfill critical requirements for marine hardware and hull items, which are essential for the operational readiness of naval vessels. The contract will be awarded on a fixed-price basis, with a delivery timeline of 365 days for the initial item and subsequent parts, emphasizing the importance of timely supply for national defense. Interested vendors should direct inquiries to James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS5@NAVY.MIL, with proposals expected to comply with various quality assurance and inspection standards outlined in the solicitation.
15--FLOOR,AIRCRAFT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of aircraft floor components, identified by NSN 1R-1560-015533032-V2 and reference number 901-031-457-135, with a quantity of 2 each. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the contractor possesses unique design capabilities and manufacturing knowledge, as the Government intends to negotiate with only one approved source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to meet the requirements within 45 days of this notice, with all proposals being evaluated based on qualification requirements at the time of award. For further inquiries, interested vendors can contact Natalie A. Kilkenny at (215) 697-3951 or via email at NATALIE.A.KILKENNY.CIV@US.NAVY.MIL.
Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of mooring and towing lines, wire rope, slings, pendants, and fittings to support fleet readiness for MSC assets worldwide. This solicitation, identified as N3220525R2263, requires contractors to deliver complete mooring line assemblies that adhere to military and maritime standards, with a focus on compliance and timely delivery. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, emphasizing competitive pricing through a Lowest-Priced Technically Acceptable (LPTA) evaluation process, with a guaranteed minimum order of $3,500 for each awardee. Interested small businesses must submit their quotes electronically by May 9, 2025, and can reach out to primary contact Samantha T. Frederick at samantha.t.frederick.civ@us.navy.mil or secondary contact Alvinia R. Jenkins at alvinia.r.jenkins.civ@us.navy.mil for further inquiries.
FRCSW C2 and C3 Hoist Inspection and Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to provide inspection, repair, and upgrade services for overhead electric traveling hoists, specifically for the C2 and C3 systems at Fleet Readiness Center Southwest (FRCSW) in North Island. The procurement includes the replacement and repair of hoists, associated hangers, runway rails, and electrical control systems, which are critical for maintaining operational efficiency and safety in military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Brandi Firestien at brandi.firestien@navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders should prepare their proposals accordingly.
Harpoon Cable Assemblies
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Harpoon Cable Assemblies, specifically focusing on non-recurring engineering services and the production of various cable assemblies for naval applications. The contract includes the design, certification, and testing of umbilical cables for international naval clients, with a total of up to 48 cables to be produced for different submarine classes, including Type-209, Romeo, and S-80. This initiative is critical for ensuring the operational readiness and quality of essential naval equipment, supporting Foreign Military Sales and international defense collaboration. Interested contractors must submit their quotes electronically by May 29, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further information.
20--FAIRING STRIP
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of Fairing Strips, identified under NSN 1HS 2090 012244910 ST, with a total quantity of 3,000 units. This contract requires the manufacture and delivery of Fairing Strips as part of the Special Hull Treatment Program, which is critical for maintaining the operational integrity of naval vessels. Interested contractors must adhere to stringent quality and inspection requirements, including First Article Testing and Production Lot Testing, with a firm-fixed price contract structure. For further details, potential bidders can contact Vincent Molesky at 717-605-3353 or via email at VINCENT.MOLESKY@NAVY.MIL, with proposals due by the specified deadline.