MIL-DTL-901E Heavyweight Shock Testing and MIL-STD-167-1A Vibration Testing for AN/URC-157
ID: N0042126Q1055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (H217)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking proposals for a firm fixed-price contract to conduct MIL-DTL-901E heavyweight shock testing and MIL-STD-167-1A vibration testing for the AN/URC-157 system. The procurement aims to ensure the technical acceptability and competitive pricing of the testing services, which are critical for maintaining the operational integrity of naval equipment. Interested vendors must submit their quotes, including detailed technical information and pricing, by 4:00 PM EST on January 14, 2026, to Cathleen Emmart at cathleen.m.emmart.civ@us.navy.mil. Additionally, contractors must comply with the electronic submission requirements outlined in the Wide Area Workflow (WAWF) system for payment requests and receiving reports.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements for electronic submission of payment requests and receiving reports to the Wide Area Workflow (WAWF) system, as mandated by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003. Contractors must designate an electronic business point of contact, register with WAWF, and complete web-based training before submitting documents. Acceptable submission methods include web entry, Electronic Data Interchange, or File Transfer Protocol. Specific document types are required based on the contract line item, distinguishing between cost-type and fixed-price items. Cost vouchers are required for cost-type line items, while invoices and receiving reports are needed for fixed-price items requiring shipment. The WAWF system facilitates electronic processing of vendor payment requests and receiving reports, ensuring efficient and compliant financial transactions within the Department of Defense. This process is crucial for federal government RFPs and contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Data Loggers Calibration & Evaluation
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties to provide calibration and repair services for Shock and Vibration Environment Recorders, as outlined in their Sources Sought Notice (N6339426Q4006). The procurement includes the calibration of 20 field instruments, repair of 10 field instruments, and shipping services for 2 units, with all calibration services required to meet ISO/IEC 17025:2005 standards and traceability to NIST. This opportunity is critical for maintaining the operational readiness and accuracy of equipment used in various defense applications. Interested vendors must submit their company information, capabilities, and cost estimates by January 15, 2026, at 3:00 PM Pacific Time to Katral U. McKnight-Taylor at katral.u.mcknight-taylor.civ@us.navy.mil.
    Perform hydrostatic Testing
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential vendors for hydrostatic testing services for undersea structures. The procurement aims to identify alternative locations capable of performing full-scale and large-scale hydrostatic testing, which is critical for ensuring the integrity and safety of undersea engineering projects. Interested companies are invited to submit tailored capability statements that include organizational details and specifications of their available pressure vessels by January 30, 2026, in anticipation of a firm fixed-price Request for Quote (RFQ) expected around April 1, 2026. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    LIFE RAFT CYCLINDERS
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking qualified contractors to perform recertification testing on 160 MK8 life raft cylinders under DoT-Special Permit (DoT-SP) 16320 at the Norfolk Naval Shipyard in Virginia. The anticipated contract will be a Firm Fixed Price (FFP) requirements contract, with a performance period from January 26, 2026, to March 26, 2026, requiring contractors to conduct Modal Acoustic Emissions (MAE) testing and manage the marking and return of the cylinders. Interested businesses must submit an executive summary detailing their capabilities, resources, and relevant corporate experience by January 9, 2026, at 11:00 am (EST) to Theresa Clark at theresa.m.clark@navy.mil. No pricing information should be included, and responses will not be returned, as this notice is solely for market research purposes.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This firm-fixed-price contract requires the tilter to safely handle three different sized drums with a minimum capacity of 8000 lbs, utilizing a 3HP electric over hydraulic motor and a two-button handheld controller, to support repair operations for towed array stowage drums used on various classes of submarines. The procurement is critical for maintaining operational readiness of the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group. Interested parties must submit their quotes by January 16, 2026, and direct any questions to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil, with all submissions requiring compliance with CMMC Level 2 security standards and a valid Joint Certification Program (JCP) certification for access to drawings.
    ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the procurement of an Electro-Mechanical Actuator, a critical component used in guided missile systems. This solicitation is issued under Emergency Acquisition Flexibilities, and the contract will require compliance with MIL-STD packaging and government source inspection. The successful contractor must be an authorized source, and the procurement will be conducted on a Firm-Fixed Price basis, with quotes due by January 30, 2026. Interested parties should direct their inquiries and submissions to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL or by phone at 717-605-1339.
    Universal Testing Machine
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Universal Testing Machine (UTM) with Bluehill Universal Software, specifically the Intron model P/N: 68TM-30. This sole source procurement is intended for a single supplier, Instron Illinois Tool Work, due to the unique specifications of the equipment required. The UTM is critical for conducting precise measurements and tests in various defense applications, ensuring compliance with stringent quality standards. Interested vendors must submit their capability statements by January 15, 2026, at 4:00 PM Eastern Time, and all offers should be directed to Trista Ray via email at trista.m.ray.civ@us.navy.mil.
    TRANSDUCER ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a Transducer Assembly. This contract requires the manufacture of specific electrical and electronic measuring instruments, adhering to strict quality assurance and inspection standards, with an emphasis on compliance with military specifications. The Transducer Assembly is critical for various defense applications, ensuring accurate measurements and testing capabilities. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to contact Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL for further details. The solicitation emphasizes a firm pricing structure and includes options for increased quantities, with a minimum quotation validity of 45 days.
    Testing and Inspection Physical Ppty
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    ASSEMBLY, IMU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the ASSEMBLY, IMU. This procurement requires qualified contractors to provide firm-fixed pricing for the repair of the specified item, adhering to strict quality assurance and inspection standards, including compliance with MIL-STD packaging and IUID requirements. The repair services are critical for maintaining operational readiness and functionality of naval equipment, with a requested Repair Turnaround Time (RTAT) of 147 days post-receipt of the asset. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, ensuring all required documentation is included, with a minimum quote validity of 90 days.