Build-to-Print Wedge and Plug
ID: N6660425Q0295Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for a Firm Fixed Price Purchase Order for the production of build-to-print Wedge and Plug units, specifically identified by part numbers 1214D3300 and 1214D3301-1. This procurement is a total small business set-aside under NAICS Code 332710 (Machine Shops), and it requires compliance with specific welding and manufacturing standards, including the submission of Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for certification. The goods are critical for tactical applications within the Navy, and interested vendors must have an active registration in SAM and provide a valid DD2345 JCP Certification Form to access technical drawings. Quotes are due by March 24, 2025, at 2:00 PM EDT, and should be submitted electronically to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
Apr 10, 2025, 7:05 PM UTC
The document outlines quality provisions related to the receipt inspection of components for the OK-410 Winch, specifically parts 1214D3301-1 and 1214D3300, as part of manufacturing and inventory replenishment processes at the TAHE Facility in Newport, RI. Key requirements include compliance certifications from suppliers, material analysis documents, and adherence to specific welding and manufacturing standards. The document mandates that all raw materials be domestically sourced, except for specific welding rods. Essential quality control measures, such as process certification, non-destructive testing reports, and identification markings on products, are vital for quality assurance. Additionally, it underscores the necessity for special packaging to protect components during transportation. This document serves to enforce stringent quality assurance protocols in accordance with government regulations, ensuring that suppliers meet established safety and material standards before manufacturing and delivery.
Apr 10, 2025, 7:05 PM UTC
The document serves as a certification for the Towed Array Handling Equipment Facility (TAHEF) at the Naval UnderSea Warfare Center Division Newport, outlining requirements for vendors solicited for tactical welding support. It specifies that vendors must provide a Welding Procedure Specification (WPS) and a Procedure Qualification Record (PQR) in accordance with designated technical publications for new fabrication weldments. For contracts involving repairs to existing welds, only the WPS identification number is required. The document also details the process for submitting Requests for Quotes (RFQ), necessitating that associated WPS & PQR documents are submitted for formal service award. TAHEF quality assurance personnel are responsible for verifying that the provided documentation meets approval standards. This letter is part of a structured approach to ensure compliance and quality in the procurement of welding services vital for tactical components. Overall, it emphasizes thorough documentation and regulatory adherence critical to government contracting and service provision.
Apr 10, 2025, 7:05 PM UTC
The document serves as a Vendor Information Request (VIR) form necessary for processing technical questions or issues related to Towed Array Handling Equipment at the NUWCDIVNPT TAHE Facility in Newport, Rhode Island. It outlines a structured procedure for vendors to report nonconformances or inquiries regarding parts they supply. Key sections require vendors to provide details including supplier information, materials nomenclature, part statuses, causes of nonconformance, recommended corrective actions, and any delivery or cost impacts associated with the issue. The form also specifies requirements for technical assessments, approvals, and the final disposition of requests, ensuring a clear communication channel between vendors and facility management. Furthermore, it emphasizes accountability, noting that vendors accept responsibility for the accuracy of provided information. The document's systematic approach facilitates timely resolution of issues, maintaining operational efficiency and compliance with procurement standards in federal and state contexts. Overall, the VIR form is essential for improving vendor relationships and ensures that technical discrepancies are managed effectively within the government contracting framework.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
New BeCu Machined Part Production
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotes for the production of Beryllium Copper (BeCu) machined parts, specifically radome clamps and bases, under a total small business set-aside initiative. This procurement involves a Firm Fixed Price contract spanning four years, with specific annual quantities and delivery timelines, emphasizing the need for compliance with government specifications and domestic sourcing of all items. The goods are critical for defense applications, ensuring the reliability and performance of naval systems. Interested vendors must submit their quotes by April 18, 2025, and are encouraged to contact John Paul McCauley at john-paul.mccauley.civ@us.navy.mil or 401-832-2126 for further information and clarification on the solicitation requirements.
LOW RADAR CROSS SECTION MAST ADAPTERS
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for Low Radar Cross Section Mast Adapters under Request for Quotation (RFQ) number N6660425Q0391, with a focus on small business participation. This procurement includes a base year and one option year for the supply of specialized adapters, which are critical for defense applications, and requires compliance with specific technical drawings and various certifications, including ISO 9001:2015 and ITAR registration. Interested offerors must submit their quotes via email by 11:00 a.m. (EST) on April 25, 2025, and will be evaluated on a Lowest Price, Technically Acceptable basis, ensuring adherence to stringent federal acquisition regulations. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.
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.
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.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking qualified contractors to manufacture MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, in accordance with government specifications. The procurement requires the production of these components from machined 6061-T6 aluminum, with strict adherence to quality assurance measures, including First Article Tests and dimensional inspections, as well as compliance with military packaging standards. This contract is critical for the MK54 torpedo system, emphasizing the importance of collaboration between the contractor and the government to ensure the successful delivery of essential defense components. Interested parties must submit their quotes by April 30, 2025, and can direct inquiries to Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
59--PENETRATOR ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a Penetrator Assembly, which is critical for shipboard systems. The assembly must adhere to stringent specifications and quality assurance requirements due to its importance in preventing potential failures that could lead to serious personnel injury or loss of life. Interested vendors are required to submit their proposals by 4:30 PM EST on December 30, 2024, with the procurement process emphasizing past performance evaluations. For further inquiries, potential bidders can contact Noelle M. Smith at 717-605-3992 or via email at noelle.m.smith10.civ@us.navy.mil.
Pressure Break Valves
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of two Ball Valves from the 6700 Series, specifically the Forum Energy Technology's (FET) Part : PBV C-6715-71-2218-ZV-NB-546, or an equivalent product. The valves must meet specific technical specifications, including a 6-inch size, compatibility with a BETTIS G2010 DA Scotch Yoke Actuator, and adherence to various industry standards such as API 6D NACE and firesafe requirements. This procurement is critical for ensuring operational efficiency in naval applications, with a firm fixed price contract expected to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by April 30, 2025, at 1400 Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
UMM Spare Parts
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified small businesses to provide UMM Spare Parts under a total small business set-aside contract. This procurement is essential for maintaining operational readiness and support for naval hardware, specifically within the marine hardware and hull items category. Interested vendors must submit a JCP Certification to access the drawings and RFQ, with the deadline for certification submissions set for May 7, 2025. For further inquiries, potential bidders can contact Zachary McCurry via email at zachary.f.mccurry.civ@us.navy.mil, as phone calls will not be accepted.
PLUG,MACHINE THREAD
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of machine-thread plugs, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards, as the materials involved are classified as Special Emphasis material, necessitating rigorous certification and traceability to ensure safety and reliability. These plugs are vital for maintaining operational integrity, as any defects could lead to severe consequences, including personnel injury or loss of life. Interested vendors should contact Scott Youngblood at 717-605-2379 or via email at scott.r.youngblood2.civ@us.navy.mil for further details, with the contract expected to be awarded within a year of the solicitation date.
WELDING STUD
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 a Welding Stud, identified by part number 6154029-001. This procurement is a Total Small Business Set-Aside, aimed at acquiring components critical for guided missile and space vehicle propulsion systems, which play a vital role in national defense and military operations. Interested vendors must adhere to strict quality assurance and inspection requirements, with a delivery timeline of 90 days post-award. For further details, potential bidders can contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil.