OK-542 CDU Overhaul Parts
ID: N6660425Q0397Type: 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, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking quotations for the procurement of OK-542 CDU Overhaul Parts under a Firm Fixed Price contract. This opportunity is specifically set aside for small businesses and includes components such as Drive Drums, Hub Bodies, and Wheels, which are critical for military applications and must adhere to stringent technical specifications and quality standards. Interested vendors are required to be registered in the System for Award Management (SAM) and possess Joint Certification Program (JCP) credentials to access controlled drawings, with proposals due by April 25, 2025, at 1400 EST. For further inquiries, vendors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division (NUWCDIVNPT) is soliciting quotations under Request for Quote (RFQ) number N6660425Q0397, structured as a 100% Small Business Set-Aside, utilizing FAR Subpart 12.6 procedures. The acquisition falls within the NAICS code 332710, with a size standard of 500 employees. The procurement includes five items related to specific military specifications, requiring precise adherence to provided technical drawings to be considered for award. The desired delivery date is set for March 31, 2026, and all offerors must possess Joint Certification Program (JCP) credentials to access controlled drawings. Eligibility extends to bidders registered in the System for Award Management (SAM) and those with up-to-date NIST SP 800-171 DoD Assessment scores. The evaluation will follow a Lowest Price Technically Acceptable criterion, factoring in past performance recorded in the Supplier Performance Risk System (SPRS). Offers are due by 1400 EST on April 25, 2025, with provisions for electronic payment via Wide Area Workflow (WAWF). This combined synopsis and solicitation emphasizes compliance with regulatory frameworks and security standards to enhance procurement efficiency while ensuring product quality.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotations for specific commercial items under Request for Quote (RFQ) number N6660425Q0397, with a focus on small business participation. The items include specific components such as Drive Drums, Hub Bodies, and Wheels, with delivery expected by March 31, 2026, to Newport, RI. Offerors must be Small Business Set-Aside entities and registered in the System for Award Management (SAM). Key requirements include compliance with cybersecurity assessments and familiarity with controlled technical specification drawings, which are restricted to entities with Joint Certification Program (JCP) certification. Quotations must adhere to established guidelines and demonstrate technical acceptability based on several criteria such as required quantities, unique item identifiers for high-cost items, and overall past performance. The government intends to award the contract on a Lowest Price Technically Acceptable basis, underscoring the emphasis on both cost and fulfillment of technical specifications. Interested parties are required to submit their offers by April 25, 2025, with all necessary details included in their proposals for consideration.
    The document outlines the quality provisions for a Receipt Inspection Report associated with new manufacturing orders at the TAHE Facility in Newport, RI. It specifies the part numbers, nomenclature, and drawing numbers for multiple components of the OK-542 system, such as drive drums and wheels, along with their respective quality documentation requirements. Essential documentation includes certificates of compliance, mercury-free statements, certificates of analysis for raw materials, and process certifications for special manufacturing processes. Strict guidelines are provided regarding the sourcing of materials, emphasizing domestic procurement and adherence to applicable regulatory standards. Additionally, test data, identification markings, and special packaging requirements to prevent damage during transportation are mandated. The document serves as a critical framework for ensuring the integrity and compliance of newly manufactured components for federal operations, reflecting state and federal quality assurance standards for military applications.
    The document is a Vendor Information Request (VIR) form from the Towed Array Handling Equipment Facility (TAHEF) at the Naval Undersea Warfare Center (NUWC). Its main purpose is to facilitate the resolution of technical questions or problems related to work orders by requiring vendors to provide detailed information about parts or materials that may be nonconforming. Key sections include vendor information, part details, status, causes of nonconformance, recommended corrective actions, and assessments of delivery and cost impacts. The form outlines steps for both vendors and TAHEF personnel to complete necessary entries, ensuring proper documentation for tracking and approval processes. Vendors must fill out sections addressing part status and issues while TAHEF staff handle evaluation and final disposition. The document structure includes instructions, criteria for acceptable submissions, required signatures from various departments, and protocols for communication with vendors. Ultimately, the VIR form serves to maintain quality standards and ensure accountability in parts handling, thereby facilitating efficient procurement practices within the government framework.
    Lifecycle
    Title
    Type
    OK-542 CDU Overhaul Parts
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janes Customer Portal
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure subscriptions for the Janes Customer Portal, specifically for Equipment and News, under solicitation number N66604-26-Q-0014. This procurement is a sole-source, firm-fixed-price acquisition set aside for small businesses, requiring subscriptions for the period from January 1, 2026, to December 31, 2026, as Janes Group is recognized as a leading publisher of open-source defense intelligence critical for Navy research and operational advantage. Interested firms must submit a written response with a capability statement by October 15, 2025, at 6:00 PM EST, including item prices, shipping costs, and other relevant details, with active SAM registration required for participation. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    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.
    31--BEARING UNIT PLAIN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Bearing Unit Plain, designated as part number 7HH 3130 015481560 SQ, under a fixed-price contract. This procurement is critical for the maintenance and operation of Navy submarines, emphasizing the need for high-quality manufacturing standards and compliance with stringent military specifications. The contract is set aside exclusively for small businesses, with evaluation criteria focusing on price, delivery lead time, and past performance. Interested vendors must submit their quotations by January 16, 2026, and can direct inquiries to Jessica Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL.
    DEWATERING PARTS
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm, fixed-price contract to supply specific dewatering parts from McMaster-Carr, exclusively set aside for small businesses. The procurement requires detailed specifications for various components, including tees, adapters, pipe hangers, and eye bolts, with delivery scheduled to the U.S. Naval Ship Repair Facility in Sasebo, Japan, by December 19, 2025. This opportunity is crucial for maintaining operational readiness and efficiency in naval logistics, emphasizing the importance of timely delivery and compliance with shipping requirements. Interested vendors must submit their quotes by the revised deadline of December 19, 2025, at 10:00 AM PST, and can direct inquiries to Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    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.
    43--COUPLING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of a coupling identified by NSN 1H-4320-007838395-X3. This procurement is a total small business set-aside and is critical for maintaining operational capabilities, as the government does not possess the data or rights necessary to source this part from alternative suppliers. Interested vendors are encouraged to contact Jason A. Piechowicz at (771) 229-0054 or via email at JASON.PIECHOWICZ@NAVY.MIL for further details, with the delivery location specified as DLA Distribution Norfolk, VA. The government is not utilizing FAR Part 12 for this solicitation, and interested parties have 15 days from the notice to express their interest and capability to fulfill the requirement with a commercial item.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    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.
    53--WHEEL, GUIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking bids for the procurement of 58 units of the guide wheel, identified by NSN 6X-5315-LWM050564. The contract is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and involves delivery to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. This procurement is crucial for maintaining operational readiness and support for naval weapon systems. Interested vendors should contact Amanda R. Hayward at (717) 605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details.