Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
ID: N66604-25-R-0330Type: Solicitation
Overview

Buyer

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

NAICS

Explosives Manufacturing (325920)

PSC

TORPEDOS AND COMPONENTS, EXPLOSIVE (1356)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the operations and maintenance of the Propulsion Test Facility (PTF) Complex. The contract aims to ensure the PTF's operational readiness by providing essential services such as testing, equipment repair, and engineering support, which are critical for the U.S. Navy's torpedo fleet and undersea systems. Interested contractors must adhere to stringent proposal guidelines, including demonstrating technical capabilities, past performance, and a commitment to small business participation, with the contract expected to span 60 months from the date of award. For further inquiries, potential offerors can contact Erin Montanari at erin.l.montanari.civ@us.navy.mil or Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines responses to questions regarding a federal solicitation, referencing provisions for Cost Plus Fixed Fee (CPFF) contracts and CLIN structures. Key discussions include limitations on negotiated fees, clarification of estimated costs and labor hour requirements, and necessary amendments to include FAR clauses relevant to service contracts and economic price adjustments related to potential tariff impacts. Updates are made to ensure compliance with labor standards and to clarify qualification requirements for key personnel involved in the project. Additionally, the solicitation has been amended to resolve conflicts concerning proposal submission statements. The overarching aim is to refine the solicitation process, ensure fairness in contractor compensation, maintain consistency in the evaluation of proposals, and enhance operational readiness while adhering to statutory requirements. The document exemplifies the complexities involved in government Request for Proposals (RFPs) and highlights the importance of clear communication and compliance from both the government and potential contractors.
    The government document addresses several inquiries related to the solicitation N6660425R0330, focusing on contract structures, cost elements, and regulatory compliance in federal contracting. Key points include clarification on the Cost Plus Fixed Fee (CPFF) contract limitations set at 10% of estimated costs, details on corrected labor hour calculations for specified tasks, and the necessity of incorporating specific FAR clauses to ensure fair compensation rates for service employees. Moreover, it resolves conflicting instructions regarding proposal cover letters and addresses the inclusion of economic price adjustment clauses to accommodate tariff impacts on contract pricing. The document stresses that non-fee bearing costs should not factor into the maximum allowable fee calculation so that contractor focus remains on value-added services. Overall, the purpose of the document is to establish clear guidelines for contractors responding to the RFP while ensuring compliance with federal regulations and enhancing transparency in the procurement process.
    The clause 52.216-4 outlines the procedures for economic price adjustments related to labor and material under federal contracts. It mandates that contractors inform the Contracting Officer of any changes in labor rates or material prices within 60 days of such changes. The contractor must provide a proposal for price adjustments along with supporting data. Negotiations to adjust prices occur after the Contracting Officer reviews the contractor's notice. Adjustments to contract prices are limited to actual changes affecting the indexed items in the Schedule, with a minimum threshold of 3% for price changes to be actionable. Importantly, increases are restricted to 10% of the original unit price, while decreases can exceed this limit. The Contracting Officer retains the right to review the contractor’s records pertaining to cost adjustments for up to three years post-final payment. This clause regulates the financial aspects of federal contracts, ensuring that pricing reflects market conditions while providing a framework for transparency and negotiation between contractors and the government.
    The document outlines the Service Contract Labor Standards requirements relevant to federal contracts, specifically regarding the Statement of Equivalent Rates for Federal Hires. It specifies that this statement identifies expected employee classes and corresponding wages and fringe benefits as if the employees were hired by the contracting agency, based on applicable regulations. Importantly, it clarifies that this statement is for informational purposes only and does not constitute a wage determination. Contractors are directed to consult specific Department of Labor and Office of Personnel Management websites to access employee class information and equivalent GS levels relevant to their contracts. This directive serves to ensure compliance with labor standards in federal procurement processes.
    The clause 52.229-3 addresses the handling of federal, state, and local taxes within government contracts. It defines key terms such as "after-imposed" and "after-relieved" federal taxes and outlines how these taxes affect the contract price. The contract price is deemed to include all applicable taxes at the contract date, except for specific exclusions such as taxes imposed under 26 U.S.C. 5000 C. Adjustments to the contract price may occur due to changes in federal taxes, provided the contractor certifies that no taxes were included previously. The contractor is responsible for notifying the Contracting Officer about any tax-related changes that may affect the contract price, and adjustments are only valid if they exceed $250. The government may supply documentation for tax exemptions when reasonable grounds exist. This clause is significant in RFPs and grants as it clarifies tax obligations and price factors for contractors, ensuring transparent financial handling during the contract's lifecycle.
    The document outlines questions and responses related to a federal solicitation for Cost Plus Fixed Fee (CPFF) contracts, addressing key elements such as pricing structure, labor hours, and compliance with federal regulations. It confirms that fees for CPFF contracts cannot exceed 10% of estimated costs, details the correct Contract Line Item Numbers (CLINs), and addresses typos in labor hour calculations. The inclusion of FAR clauses 52.222-41 and 52.222-42 regarding service contract labor standards is confirmed, emphasizing fair compensation for contractors. Furthermore, amendments to the solicitation are made to resolve conflicts in proposal instructions, enhance provisions for early and partial deliveries, and address tariff-related economic adjustments in line with government purchasing regulations. Several sections clarify requirements for contractor qualifications, specifically for educational credentials in labor categories. Lastly, compliance with NIST assessments is highlighted, stipulating that assessments must be current to qualify for award consideration. This document serves to clarify solicitation requirements and ensure all parties have a clear understanding of the necessary terms to participate in the bidding process effectively. It plays a crucial role in the government's procurement strategy by ensuring transparency and adherence to regulations.
    The document outlines a Request for Proposal (RFP) from the Naval Undersea Warfare Center Division, seeking offers for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract to supply hardware and services related to torpedoes and components. Key elements include instructions for proposal submission, a focus on small business participation, and stringent evaluation criteria. Proposals must be formatted correctly, submitted electronically, and adhere to specified page limits. Offerors are required to submit detailed plans addressing potential organizational conflicts of interest, personnel clearances, and a transition strategy within established timelines. The RFP emphasizes the importance of technical capability through hypothetical problems to evaluate understanding of the Statement of Work (SOW). Additionally, it details expectations for past performance references and cost/price proposals, including maximum fee limits and supporting documentation requirements. This solicitation encourages collaboration with small businesses, aiming for high participation percentages. Overall, the document emphasizes compliance with federal contracting standards and clear guidelines for eligibility and proposal evaluation.
    The Statement of Work (SOW) outlines the operations and maintenance requirements for the Propulsion Test Facility (PTF) Complex at NUWCDIVNPT, which supports the U.S. Navy's torpedo fleet and undersea systems. The contractor is tasked with ensuring the PTF's operational readiness through a variety of services including testing, equipment repair, and engineering support. Key deliverables involve rigorous maintenance plans and compliance with safety regulations such as OSHA and environmental policies. The contractor will also handle logistics, documentation, and project management, ensuring all activities align with the Navy's requirements and utilizing government-furnished information. The document emphasizes extensive compliance with technical specifications, safety protocols, and regular reporting on progress and training. Furthermore, it dictates strict controls around cybersecurity and personnel qualifications, essential for safeguarding sensitive information. This SOW sets a framework for collaboration between the contractor, NUWC, and associated defense entities to enhance torpedo testing capabilities while ensuring regulatory and operational compliance.
    This document outlines the instructions and requirements for offerors participating in a government contracting process, specifically addressing the submission of cost proposals using a designated spreadsheet. The format consists of an input section (yellow cells) for offeror entries and formula cells (white) for automatic calculations. Key elements include the necessity for offerors to maintain formula integrity during alterations, the provision of labor hours by categories, and the requirement for a summary spreadsheet showing total amounts for contract line items (CLINs). During the proposal submission, offerors should calculate mid-point escalation over the contract period from January 1, 2024, to December 31, 2028, with clear instructions provided on annual escalation options. Essential details include the calculation of overhead and fringe costs, with a warning that incomplete or altered spreadsheets may result in proposal rejection. The document emphasizes compliance with Federal Acquisition Regulation (FAR) requirements. Overall, it serves as a comprehensive guide for contractors to prepare their cost proposals accurately and ensure alignment with federal expectations for project funding and execution.
    The document appears to be inaccessible due to compatibility issues with the PDF viewer, limiting the ability to extract specific contents. Consequently, a detailed analysis or summary of its main topic, key ideas, or structure is unfeasible. In the context of government proposals, grants, and requests for proposals (RFPs), such documents typically outline funding opportunities, project scopes, eligibility criteria, timelines, and submission guidelines relevant to federal, state, and local initiatives. These materials serve to inform applicants of government priorities and processes for acquiring funding to support various projects. To effectively summarize or analyze, the complete and accessible text of the document is necessary.
    The document outlines the approved key personnel for contract N6660425R0330, indicating that any changes to this list must receive prior approval as specified in policy C-237-H002 regarding personnel substitutions. It details the required format for submitting names and labor categories, noting that the offeror must include the last and first name of personnel, specify their labor category, and provide either the award status or the modification number under which the personnel were added. This structure is essential for maintaining clear records and ensuring accountability in contract management. Overall, the file underscores the procedural requirements for managing key personnel in federal contract contexts, ensuring that any modifications are documented and properly authorized.
    The document outlines a Request for Proposal (RFP) for the operations and maintenance of a Propulsion Test Facility. It details various provisioned items, including their descriptions, National Stock Numbers (NSNs), acquisition costs, and serial management statuses. Key items include chassis, circuit card assemblies, power supplies, electronic components, and multimeters, among others. Each item is listed with specifications such as part numbers, CAGE codes, and information about whether they can be upgraded or not. The items range from high-value equipment, like high voltage AC power supplies, to smaller components, all essential for the functioning of the propulsion test facility. This comprehensive list underscores the planned investment in infrastructure and technology necessary to support propulsion testing, indicative of broader government spending priorities in defense and aerospace. The document serves as a structured guideline for contractors to understand what is needed to fulfill the requirements of the facility's operations, ensuring compliance with established regulations and standards.
    The document outlines the availability of government property at a Naval Undersea Warfare Center (NUWC) facility, detailing various laboratory and office facilities, equipment, and software accessible for contractor use. The facilities include specialized laboratories for propulsion testing, underwater vehicle research, and hazardous material storage, available on a non-interference, rent-free basis. Various types of laboratory and office equipment are enumerated, such as multifunction printers and laptops, alongside a range of software applications essential for operational tasks. Additionally, Government Furnished Equipment (GFE) is specified for contractor use, including high-value automated testing sets for torpedoes and associated testing equipment. The equipment's purpose is to enhance the efficiency and effectiveness of testing operations related to torpedo development. Notably, there is no Government Furnished Material (GFM) indicated for incorporation into end products. This document serves to facilitate collaboration with contractors by detailing necessary facilities and equipment, establishing clear access protocols, and defining the roles of the government and contractors in utilizing this property to support defense-related research and development initiatives.
    The document outlines the performance requirements for contractors involved in the maintenance and operation of the Propulsion Test Facility (PTF). Key performance tasks include routine maintenance, facility management, documentation, testing services, logistical management, and adherence to engineering standards. Each task specifies performance objectives and standards, emphasizing the need for zero safety incidents and 100% compliance with applicable regulations. Contractors must also ensure timely and high-quality deliverables, with monitoring through direct oversight and management information systems (MIS). Specific quality assurance measures include free of technical errors and compliance with local guidance. The primary aim is to maintain operational integrity, quality, and regulatory compliance while facilitating effective communication and project management. This document serves as a guideline for evaluating contractor performance in a competitive procurement environment.
    The Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT) is soliciting proposals for an Indefinite-Delivery Indefinite Quantity (IDIQ) Contract to supply hardware and services related to torpedoes and their components. The contract will operate from November 7, 2025, for 60 months and include both Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) delivery orders. Proposals must demonstrate compliance with formatting and content guidelines, including a Small Business Subcontracting Plan, and submission via email to designated contacts. Offerors must detail technical capabilities through hypothetical problem resolutions and a personnel approach, advocating a minimum of 20% small business participation. Past performance must illustrate relevant experience within three years. Costs and pricing need justification, with a focus on a maximum allowable fee. The goal is to ensure a clear understanding of program requirements, capability for delivery, and adherence to strict compliance measures in proposal submissions. This initiative emphasizes the importance of collaboration with small businesses and the need for offers to be competitively priced while meeting government standards.
    The document outlines the evaluation factors for awarding a government contract, emphasizing a single award decision based on technical merit and cost. Key evaluation factors include Pass/Fail requirements such as small business participation, conflict of interest mitigation plans, personnel clearance processes, software development capabilities, and relevant certifications. The evaluation also considers past performance, focusing on the contractor's history of completing similar projects, and overall cost/price analysis to determine the best value. Specific ratings for technical capability assess an offeror's understanding and proposed approach to hypothetical problems and personnel qualifications. The Government aims to award contracts efficiently, stressing the importance of fulfilling both technical and financial criteria while maintaining compliance with federal regulations. The clear structure and detailed evaluation criteria underscore the intent to ensure that contractors meet performance expectations while offering competitive pricing.
    The Statement of Work (SOW) outlines the operations and maintenance (O&M) requirements for the Propulsion Test Facility (PTF) Complex at the Naval Undersea Warfare Center Division Newport. The PTF serves critical testing and engineering functions for the U.S. Navy's torpedo fleet and associated systems. Key tasks include operating and upgrading the facility, performing various testing services, and ensuring compliance with safety regulations. Contractors are responsible for maintaining testing systems, engineering services, technical support, and facility upkeep, specifically for the Mk 48 and Mk 54 torpedoes, unmanned underwater vehicles, and submarine components. Documentation adherence, such as test plans and SOPs, is critical for effective operations. The scope encompasses maintenance planning, testing execution under safety oversight, and systematic issue reporting. Delivery of maintenance logs, facility documentation, and progress reports is mandated. Additionally, all personnel handling cybersecurity functions must be appropriately trained and certified. This document signifies a commitment to high operational standards, continuous improvement, and compliance with health, safety, and environmental regulations within the PTF operations framework.
    The document is a "Contract Data Requirements List" detailing various data items required for the Propulsion Test Facility (PTF) Complex Operations and Maintenance. Each data item is categorized with titles and specific information such as submission frequency, distribution, and remarks regarding requirements. Key data items include Test Plans, Hardware/Software and Firmware Utilization Matrices, Instrumentation Plans, and various technical and training reports necessary for operational assessments. The estimated frequency of submissions ranges from monthly to annually, depending on the task requests related to testing and maintenance operations. Submissions are primarily electronic except for classified documents, and the document emphasizes the importance of adhering to established protocols and timelines for compliance. The PTF's systematic approach ensures efficient project management and data integrity, aligning with government standards for contractor operations.
    The document outlines a solicitation for a government contract under the Defense Production Act, indicating various procedural elements pertinent to the bidding process. It specifies that sealed offers must be submitted by a designated deadline and highlights the importance of the submission's timeliness. Key sections include evaluation factors for award, instructions for offerors, and representations and certifications. The solicitation emphasizes the offeror's commitment to fulfill all items upon acceptance, with a potential acknowledgment of amendments received. The completion and signature sections pertain to the offeror's information and their authorized representative. The primary purpose of this solicitation is to invite bids for the supply of specified goods or services, managed by the Naval Undersea Warfare Center (NUWC) Division in Newport, Rhode Island. It also includes logistical details pertaining to invoice submissions and contract award procedures, assuring compliance with procurement regulations. The document represents a standard federal contracting procedure designed to ensure competition and transparency in public procurement processes.
    Similar Opportunities
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    Payload Control System (PCS)
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.
    DT-513 Series Hydrophones
    Dept Of Defense
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.
    Propulsor Duct Machining
    Dept Of Defense
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Science and Technology Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a Broad Agency Announcement (BAA) to solicit proposals for innovative research and development in undersea technology. This opportunity encompasses 27 specific subject areas, including submarine sonar, undersea communications, unmanned underwater vehicle technology, and anti-submarine warfare technologies, aiming to enhance naval capabilities through collaborative industry participation. The BAA is open for approximately five years, allowing continuous proposal submissions, with evaluations based on merit and relevance leading to potential invitations for full proposals. Interested parties can contact NUWC DIVNPT at NUWCNWPT02BAAProposalSubmittal@us.navy.mil for further details, noting that funding will be sourced from RDT&E and RDDA, with no grants awarded.