Shielding
ID: N4215825QE031Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Rubber Product Manufacturing for Mechanical Use (326291)

PSC

RUBBER FABRICATED MATERIALS (9320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the procurement of tungsten-impregnated polymer shielding, specifically designed to meet stringent military specifications. The contract requires the production of three units utilizing a homogeneous tungsten-silicone rubber matrix, with a minimum of 90% tungsten by weight, and adherence to rigorous testing and certification standards, including compliance with MIL-STD-2041 Rev E. This procurement is critical for defense applications, ensuring the quality and safety of materials used in military operations. Interested vendors must submit their proposals by March 6, 2025, and can direct inquiries to Michelle Augustus at michelle.r.augustus.civ@us.navy.mil or by phone at 757-396-4922.

    Files
    Title
    Posted
    The document details the specifications and requirements for the fabrication of tungsten-impregnated polymer shielding, referenced as PC 1 of DWG 2370.2-3655. It outlines the ordering data, emphasizing the need for three units of the shielding material, which should comprise approximately 90% tungsten in a silicone rubber matrix. Key attributes include a specified thickness, density, and leachable limits for various hazardous materials, mandated by MIL-STD-2041 standards. Vendors must provide certified test reports confirming compliance with these criteria, demonstrating no alterations in material composition over the past four years if applicable. The shielding products must be clean, well-finished, and properly packaged for shipment, with safety regulations upholding a maximum pallet weight of 3000 pounds. This document serves as part of government RFP guidelines, ensuring that suppliers adhere to strict material quality and safety standards for defense purposes.
    The document outlines specific certification requirements related to a government contract under Document Number 5038ZN01. It emphasizes the necessity for a Certificate of Compliance, detailing essential test reports required for ensuring adherence to contract specifications. Two key areas highlighted for testing include "Fabrication Details" from Attachment (1), specifically Paragraphs E and H, which pertain to distinct test attributes. The compliance with MIL-STD-2041 Rev E is noted as a crucial standard for the items involved, indicating the document's focus on ensuring quality and compliance in contract deliverables. The structured approach of listing certifications and required test reports signifies the document's intent to uphold regulatory standards and ensure that contractors meet specified performance criteria, which is essential within the context of federal and state procurement processes.
    This document outlines the fabrication specifics for tungsten-impregnated polymer shielding as specified in DWG 2370.2-3655. The order specifies a quantity of three units, fabricated from a tungsten-silicone rubber matrix (90% tungsten by weight). Key attributes include a minimum density of 7 g/cc and a Tenth Value Layer (TVL) of 2.09 inches or better. Strict testing for harmful materials is mandated, restricting bromides, chlorides, fluorides, sulfur, and mercury levels, with a focus on maintaining compliance with MIL-STD-2041 Rev E standards. Vendors must submit quantitative test reports, potentially utilizing prior reports from the last four years. The shielding must meet appearance standards, be free of defects, and be packaged safely for transport per D.O.T. regulations, with a maximum pallet weight of 3,000 pounds. Certified test reports from the vendor's Quality Assurance representative will confirm material compliance and traceability to the purchase contract. The document is designed to ensure the production of high-quality shielding materials crucial for specific applications, reflecting the government's rigorous standards in procurement processes.
    The document outlines the required certifications for compliance in reference to a specific government contract, identified by Document Number 5038ZN02. It highlights the need for certified test reports pertaining to inspections and tests mandated by the contract. Specifically, it references the MIL-STD-2041 Rev E Notice 1 standard, which details necessary test reports for various items outlined in the fabrication details. These reports are essential for ensuring adherence to quality control standards for the contracted work. The document's structure categorizes the certification and testing requirements, emphasizing compliance as a critical aspect of the contract execution process. This ensures contractors meet government specifications, thereby supporting overall project integrity and safety standards in line with federal and local regulations governing contracts.
    This document outlines the fabrication and testing requirements for tungsten impregnated polymer shielding specified under document number 5038ZN03. The key components include the use of a homogenous tungsten-silicone rubber matrix, emphasizing a minimum of 90% tungsten by weight. Three units are to be produced, adhering to specified characteristics including a minimum density of 7 g/cc and a tenth value thickness of 2.09 inches or better. Material testing for contaminants like bromides, chlorides, fluorides, sulfur, and mercury is mandatory, with strict limits on their permissible levels. Vendors may provide previous testing reports if they meet quality standards and certification stipulations. Proper packaging and palletization are required for shipping to ensure safety and compliance with D.O.T. regulations. Certified test reports are needed to verify material attributes in line with the quality assurance protocols. The document serves as part of a federal RFP aimed at sourcing high-quality shielding materials, emphasizing safety, thorough testing, and compliance with established standards.
    The document outlines the required certifications for compliance related to a federal contract, specifically referencing the MIL-STD-2041 Rev E Notice 1 standards. It specifies the necessity for certified test reports concerning fabrication details as detailed in two paragraphs of Attachment (1). The key components include compliance verification through test reports for various attributes, ensuring adherence to contract specifications. The focus on certification indicates the importance of quality assurance and inspection processes to meet governmental standards. This document serves as a formal requirement within the context of federal Requests for Proposals (RFPs) and grants, emphasizing the need for compliance documentation in contract execution.
    The document outlines specifications for the fabrication of tungsten-impregnated polymer shielding as per detailed design requirements. A total of three units must be produced using a homogeneous tungsten and silicone rubber mixture, with at least 90% tungsten by weight. Essential attributes for the tungsten shielding include a specified thickness, density, and a reduced tenth value thickness for effective performance. Comprehensive testing for harmful materials is mandatory, adhering to strict thresholds for bromides, chlorides, fluorides, sulfur, and mercury, while vendors can submit existing test reports within four years if unchanged. Additional instructions ensure the shielding's physical integrity, requiring clean finishes devoid of defects, proper packaging for transport, and certification of compliance with materials specifications. The document serves to standardize manufacturing processes and quality verification for government contracting in defense or safety applications.
    The document outlines the certification requirements necessary for compliance with federal contract standards, particularly referencing MIL-STD-2041 Rev E. It specifies that a Certificate of Compliance is mandatory, as well as certified test reports for inspections required under the contract. Key areas of focus include test reports related to fabrication details presented in Attachment (1), particularly for specific test attributes outlined in paragraph references. This documentation ensures that all components meet established military standards and addresses the quality control measures necessary for the project's successful execution. Adhering to these requirements is essential for regulatory compliance and maintaining the integrity of the contracting process.
    The document outlines the fabrication details for tungsten-impregnated polymer shielding as specified in Drawing 2370.2-3655. It specifies the requirements for producing three units, emphasizing the use of a homogeneous tungsten-silicone rubber matrix with approximately 90% tungsten by weight. Key attributes include a minimum density of 7 g/cc and a tenth-value thickness equal to 2.09 inches or better. Comprehensive testing for detrimental materials, such as bromides, chlorides, fluorides, sulfur, and mercury, is mandated, with specific leachable limits provided. Vendors may submit older test reports if no changes have occurred in material formulation or manufacturing processes. Moreover, the shielding must be free from defects, suitably packaged for shipping, and pallets must not exceed 3,000 pounds in weight. Certified Test Reports validating compliance with specified attributes and signed by the vendor’s Quality Assurance representative are required. This document is essential for those involved in government RFPs, as it specifies precise material characteristics and testing protocols to ensure compliance and quality in defense-related manufacturing.
    The document outlines certification requirements related to a federal contract, specifically pertaining to compliance testing and reporting. It highlights the need for a Certificate of Compliance, indicating that certain test reports and inspections must be conducted as mandated by the contract referenced under specific paragraphs. The document specifies the application of MIL-STD-2041 Rev E Notice 1 standards, detailing the necessity for test reports concerning both fabrication details and attributes outlined in Attachment (1). Such certifications are essential to ensure conformity with governmental standards and quality assurance protocols. The structured layout includes numbered references for clarity, signifying critical areas where compliance and testing documentation are required, supporting adherence to regulatory frameworks in federal and state/local RFP processes.
    The document outlines a Request for Proposal (RFP) issued by the Norfolk Naval Shipyard for the acquisition of tungsten shielding products. It specifies the due date for offers as March 6, 2025, with contract details including terms of inspection and delivery. Five distinct line items for tungsten impregnated silicon polymer closure cap shielding are detailed, each requiring compliance with specified fabrication details and certification requirements. Additionally, access protocols to Navy installations are highlighted, advising vendors about the Defense Biometric Identification System (DBIDS) for unescorted access. Vendor participation is optional but affects access logistics. The solicitation includes comprehensive clauses relevant to the procurement process, such as representations on telecommunications equipment, mandatory certifications, evaluation criteria for submitted quotes, and instructions for technical and price submissions. Offerors are encouraged to direct questions to the contact person by a specified deadline, ensuring clarity before proposal submission. This RFP reflects the government's initiative to procure specific materials while enforcing compliance and encouraging small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Shielding
    Currently viewing
    Presolicitation
    Similar Opportunities
    Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of up to 195 metric tons of titanium ingots, specifically Titanium Commercially Pure 2 (Ti CP-2) and Ti 6-6-2, through Solicitation SP8000-25-Q-0002. The procurement requires adherence to stringent specifications, including chemical composition, packaging standards, and the provision of Certificates of Analysis (COA) for each ingot, with independent third-party testing mandated to ensure compliance with quality standards. These titanium materials are critical for various applications, particularly in the aerospace and defense sectors, necessitating high-quality procurement practices. Interested vendors must submit their proposals by 3:00 PM EST on March 6, 2025, and can direct inquiries to Carrie Powers at carrie.powers@dla.mil or Alicia Barrowman at alicia.barrowman@dla.mil for further information.
    53--ANODE ASSY,ROPE GUA
    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 the ANODE ASSY, ROPE GUA. This procurement involves the production of hardware components essential for weapon systems, with strict adherence to quality and inspection requirements, including the prohibition of mercury contamination due to the item's intended use on submarines and surface ships. Interested contractors must ensure compliance with all specifications and provide proof of being an authorized distributor of the original manufacturer's item. The deadline for proposal submissions has been extended to 4:30 PM EST on February 28, 2025, and inquiries can be directed to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    Lead Sheets in Various Thickness
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking quotations for the procurement of lead sheets in various thicknesses under solicitation number N3904025Q4305. The required lead sheets must conform to specific dimensions and standards, including thicknesses of 0.25 inches, 0.125 inches, and 1 inch, with sizes of 48 inches wide by either 60 inches or 48 inches long, adhering to QQ-L-201F Amendment 2, Grade C. These materials are critical for various defense applications, emphasizing the importance of compliance with federal quality standards and rigorous testing protocols. Proposals are due by March 7, 2025, with a required delivery date of March 10, 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauren LeDuc at lauren.w.leduc.civ@us.navy.mil or Victoria MacLellan at victoria.b.maclellan.civ@us.navy.mil.
    BAR METAL ROUND LEVEL 1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for the procurement of Bar Metal Round Level 1, specifically nonferrous metal bars, under a Combined Synopsis/Solicitation notice. The procurement requires compliance with stringent quality assurance standards, including the submission of various certification and inspection reports, such as Ultrasonic Test Reports and Liquid Penetrant Test Reports, to ensure the materials meet military specifications and safety requirements. These metal bars are critical for military applications, necessitating high-quality materials to support operational readiness. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Lina Cruz at LINA.1.CRUZ@DLA.MIL or by phone at 360-813-9267.
    Ballistic Glass
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Dahlgren, is seeking proposals for the procurement of ballistic glass assemblies designed for military applications. The solicitation outlines the need for multiple glass assemblies that meet stringent ballistic protection standards, including the ability to withstand a 7.62 mm bullet, with specific dimensions and delivery requirements to Dahlgren, Virginia. These assemblies are critical for ensuring the safety and protection of personnel and assets in military operations. Interested small businesses, particularly those that are women-owned or service-disabled veteran-owned, must submit their proposals by the extended deadline of March 6, 2025, and can contact Carla McKown at carla.j.mckown.civ@us.navy.mil or 540-500-9891 for further information.
    Anodes for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Watervliet Arsenal, is soliciting bids for the manufacture of chromium plating anodes, specifically six units for artillery systems, including three for a 120mm cannon and three for a 155mm cannon. The procurement emphasizes strict adherence to detailed design specifications, assembly requirements, and delivery timelines, highlighting the critical role these anodes play in the functionality of military artillery systems. Contractors must comply with security protocols, including personnel background checks, and proposals are due electronically by March 26, 2025, with evaluations considering past performance. Interested parties can contact Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505 for further information.
    20--BUMPER,BALL SEAT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Bumper Ball Seats, which are critical components for use on Navy submarines. The contract requires manufacturers to adhere to stringent quality and inspection standards, including compliance with various military specifications and the absence of mercury contamination in the materials used. This procurement is essential for maintaining the operational readiness and safety of naval vessels, with a delivery timeline of 166 days for the initial production lots. Interested vendors should contact Elizabeth Clammer at 717-605-3353 or via email at ELIZABETH.M.CLAMMER.CIV@US.NAVY.MIL for further details and to submit proposals.
    93--TORLON TUBE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking TORLON 7530 TUBE for DLA MARITIME - PUGET SOUND. TORLON 7530 TUBE is a nonmetallic fabricated material typically used for various applications in the defense industry. The procurement requires a TORLON 7530 TUBE with dimensions of 5OD X 3ID X 4FT LONG, and it must be one continuous length. The place of performance is 1400 Farragut Ave, Building 514, Bremerton, WA 98314, US. For more information and electronic submission of quotes, visit the NECO website: www.neco.navy.mil.
    Corrosion resisting steel
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the procurement of corrosion-resisting stainless steel materials, including plates, sheets, and bars, under solicitation W519TC25Q2062. This procurement is critical for supporting the manufacturing operations at the Rock Island Arsenal, ensuring the availability of high-quality materials necessary for military applications. Interested vendors must be certified in the Joint Certification Program and adhere to strict delivery schedules, with proposals due by January 7, 2025, at 11:00 AM. For further inquiries, interested parties can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges. The contract aims to secure these critical munitions, which are essential for various military applications, through a Lowest Priced Technically Acceptable (LPTA) evaluation method over five one-year ordering periods. Interested suppliers must comply with stringent quality assurance protocols and submit detailed proposals, including past performance assessments and adherence to safety and engineering specifications. For further inquiries, potential bidders can contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Nate Gillette at nathaniel.a.gillette.civ@army.mil, with proposals due by the specified deadlines.