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
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is seeking proposals from qualified small businesses for a federal contract titled "Build-to-Print Wedge and Plug." This procurement involves the manufacturing of specific hardware components, categorized under the NAICS code 332710 for Machine Shops, and is subject to a Total Small Business Set-Aside as per FAR 19.5. The components are critical for the Towed Array Handling Equipment, emphasizing the importance of quality assurance and compliance with stringent government standards throughout the manufacturing process. Interested vendors should direct inquiries to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811 for further details regarding the submission process and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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 qualified small businesses to provide Beryllium Copper (BeCu) machined parts, including radome clamps and bases, under a Firm Fixed Price contract. The procurement encompasses a four-year order with specified yearly quantities, emphasizing compliance with delivery timelines and technical specifications, including the submission of various reports such as the First Article Acceptance Test (FAAT) Report and Certificate of Compliance. These components are critical for the development of advanced antenna systems, ensuring operational effectiveness in defense applications. Interested vendors must submit their quotes by March 19, 2025, and can contact John Paul McCauley at john-paul.mccauley.civ@us.navy.mil or 401-832-2126 for further information.
    BIRNS Connectors
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division in Newport, Rhode Island, is seeking proposals from small businesses for the procurement of specialized electronic connectors from BIRNS Oceanographic Inc. This opportunity is set aside exclusively for small businesses and follows a streamlined procurement process, emphasizing the need for new items sourced from within the United States, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) principle. The procurement is crucial for supporting the Navy's operational capabilities, ensuring compliance with federal acquisition regulations, and fostering small business participation in government contracts. Interested vendors must submit their quotes electronically by the specified deadline and ensure they are registered with the System for Award Management (SAM); for further inquiries, contact John Paul McCauley at john.p.mccauley@navy.mil or call 401-832-2126.
    Capstan Main Frame Fabrication
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotations for the fabrication of a Capstan Main Frame Welded Unit, with a quantity of one, under Request for Quotation (RFQ) number N66604-25-Q-0143. The procurement is structured as a Firm Fixed Price contract, requiring compliance with military standards, including specific welding certifications and adherence to delivery timelines. This equipment is crucial for the deployment and retrieval operations of submarines, emphasizing the importance of quality and compliance in military operations. Interested vendors must submit their quotations by March 18, 2025, and can contact Amy Prisco at amy.k.prisco.civ@us.navy.mil or call 401-832-8503 for further information.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for part machining services under a Total Small Business Set-Aside contract. The procurement involves the machining of Nickel Aluminum Bronze (NAB) device configuration parts for the VIRGINIA Class propulsor program, with requirements for up to 820 parts over a two-year period, emphasizing strict adherence to quality and delivery standards. Interested vendors must submit their quotes by March 13, 2025, and any questions regarding the solicitation should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil by March 06, 2025. This opportunity is categorized under NAICS code 339999, with a business size standard of 550 employees, and aims to ensure high-value procurement while engaging small businesses in defense-related manufacturing.
    OK-542 Stow Drum
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of an OK-542 Stow Drum under a firm-fixed-price contract. The procurement requires compliance with specific welding procedure specifications (WPS) and procedure qualification records (PQR), ensuring that the contractor meets established safety and quality standards for tactical component manufacturing. This equipment is crucial for enhancing the capabilities of the SSBN/SSGN 726 CL Submarines, reflecting the government's commitment to maintaining operational readiness in underwater warfare. Interested vendors must submit their quotes by 2:00 PM EST on March 13th, and inquiries can be directed to Nico Montanari at nico.s.montanari.civ@us.navy.mil.
    RFQ - Fabricated Metal Assembly Fixture - Total Small Business Set Aside
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, is seeking proposals for a fabricated metal assembly fixture under a total small business set-aside. The procurement aims to acquire specialized fixtures that are critical for various defense applications, ensuring precision and reliability in assembly processes. This opportunity falls under the NAICS code 332313, which pertains to plate work manufacturing, and is categorized under the PSC code 53 for hardware and abrasives. Interested vendors can reach out to Contract Specialist Jeremy Clay at jeremy.m.clay2.civ@us.navy.mil or by phone at 619-553-7502 for further details regarding the submission process and timelines.
    Harpoon Cable Assemblies
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport, is seeking proposals for the manufacturing of Harpoon Cable Assemblies under a total small business set-aside contract. The procurement aims to design, certify, and produce Encapsulated Harpoon Certification and Training Vehicle (EHCTV) Umbilical Cables for international naval applications, including support for the Egyptian, Indian, and Spanish Navies, with a focus on ensuring compliance with governmental specifications and operational readiness. This initiative is critical for Foreign Military Sales and involves the production of up to 48 cables for various submarine classes, emphasizing the importance of quality and security in defense collaboration. Interested parties should contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or call 401-832-6525 for further details, with proposals due electronically following strict guidelines outlined in the solicitation documents.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.
    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.
    Bldg. 221 - Replace lower float pier access panels
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the replacement of lower float pier access panels at its facility in Keyport, Washington. This procurement is aimed at securing non-commercial construction services, with the government anticipating a single firm fixed-price contract valued between $25,000 and $100,000. The solicitation, which is set aside exclusively for small businesses, is expected to be issued around April 2, 2025, with a 30-day response period following the release. Interested contractors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Michelle Farrales or James Wasson via their provided email addresses.