MK 25 MOD 1 FCT Gauging Components
ID: N6426725Q4131Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Machine Shops (332710)

PSC

ROCKET MAINTENANCE, REPAIR AND CHECKOUT SPECIALIZED EQUIPMENT (4927)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the procurement of MK 25 MOD 1 FCT Gauging Components, specifically machined items required for Canister Fit Check Tools. This procurement is critical for ensuring compliance with stringent military standards and specifications, as the components will play a vital role in the operational readiness of defense equipment. Interested contractors must submit their proposals electronically by the specified deadline, with all submissions adhering to the requirements outlined in the solicitation, including unique item identification and compliance with military standards. For further inquiries, potential offerors can contact Mia Barela at maria.p.barela3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center (NSWC) Corona Division seeks to procure a range of machined components for MK 25 MOD 1 Canister Fit Check Tools (FCTs) to support Vertical Launch System (VLS) cannister production, with a delivery deadline of June 30, 2025. The components include various plates and fins, which must conform to specified part numbers and drawings. The project requires the involvement of an external machine shop to ensure timely fabrication of these parts. Requirements dictate adherence to specific drawing tolerances, heat treatment specifications, and proper surface treatments. Identification markings and inspection documentation are also mandated for each part produced. There's no government-furnished property for this acquisition. Deliverables will be shipped to NSWC Corona in Norco, California, with all parts needing to meet strict quality controls, as out-of-tolerance parts will not be accepted. This RFP reflects NSWC's commitment to maintaining high standards for military components necessary for operational efficiency.
    The MIL-DTL-13924E specification outlines the requirements for black oxide coatings applied to ferrous metals, intended for use by all Department of Defense agencies. It includes various coating classes, detailing processes such as alkaline oxidizing and fused salt oxidizing suitable for different types of ferrous materials. The specification emphasizes the importance of pre-coating preparation, stress relief treatments, and application conditions to ensure that coatings meet performance criteria. It also defines inspection responsibilities, acceptance criteria, and verification methods to ensure quality assurance. Notably, the document highlights safety aspects regarding hydrogen embrittlement and emphasizes the avoidance of environmentally harmful materials. This specification serves as a critical guideline for military applications, facilitating uniformity and compliance in the provision of black oxide coatings which offer limited corrosion resistance for military hardware.
    The document MIL-DTL-16232H outlines specifications for heavy phosphate coatings, specifically manganese and zinc-based, applied to ferrous metals by immersion. It details two types of coatings—Type M and Type Z, categorized into different classes based on supplementary treatments. The primary aim is to provide a protective layer against corrosion while adhering to strict Department of Defense standards. Key stipulations include requirements for preproduction inspections, process controls, degreasing, abrasive blasting, phosphating conditions, washing procedures, and supplementary treatments. Detailed parameters for chemical compositions, temperatures, and immersion times essential for achieving the desired coating thickness and quality are also discussed. Additionally, inspections to ensure compliance with the established criteria are mandatory, encompassing numerous tests like accelerated corrosion resistance, surface texture, dimensions, and hydrogen embrittlement relief. These detailed procedures and rigorous oversight underscore the importance of maintaining quality and reducing failure risk in defense applications. The document serves as a critical guideline for contractors involved in supplying treated metal products, ensuring that all materials meet performance requirements while maintaining safety and operational standards in various military applications.
    The document outlines the specification for a heat-cured, corrosion-inhibiting solid film lubricant (MIL-PRF-46010H) approved for use by the U.S. Department of Defense. It details the lubricant's intended use, classifications, applicable documents, and specific requirements, including composition, performance characteristics, and testing methods. The lubricant aims to reduce wear, prevent galling and corrosion, and is suitable for various metal surfaces, including aluminum, steel, and titanium, operating under a range of temperatures. Key performance metrics include film appearance, adhesion, resistance to fluids and corrosion, thermal stability, and endurance life, with precise testing methods specified to ensure compliance with these standards. Additionally, the document discusses acquisition requirements, storage stability, and environmental considerations, emphasizing the importance of meeting strict operational and maintenance criteria. The specification is essential for Department of Defense procurement, ensuring that the lubricant meets reliability and safety standards in military applications.
    The document outlines MIL-PRF-46147D, a Performance Specification for solid film lubricants used by the Department of Defense, specifically focusing on corrosion-inhibiting, air-cured lubricants. It describes two lubricant types: Type I, with a cure time of 18 hours, and Type II, with a low VOC content and a cure time of 24 hours. Both types are distinguished by their application forms (bulk and aerosol) and colors (natural or black). Key requirements include endurance life, load-carrying capacity, film appearance, adhesion, VOC limits, and environmental compliance. The specification emphasizes using recycled materials when possible and outlines testing methods for qualification, conformance, and verification of the lubricants, which must meet operational and environmental criteria. The document is critical for ensuring the performance and safety of military equipment, ensuring a high level of reliability under varying conditions. Overall, this specification serves as a guide for military procurement of lubricants, emphasizing quality control, environmental concerns, and compliance with safety standards, facilitating efficient government contracting processes.
    The MIL-STD-130N with Change 1 document outlines the standard practice for identification marking of U.S. military property, approved for use by all Department of Defense (DoD) agencies. It emphasizes the use of machine-readable information (MRI) in conjunction with traditional free text marking to enhance asset management throughout the asset lifecycle. The standard details criteria for marking, including size, location, and content, and specifies that both product designers and contracting activities must clearly define marking requirements in their documentation. Significant revisions in Change 1 introduce new rules, such as marking unique item identification (IUID) items with “UID” to distinguish them and prohibiting certain serial numbers from being encoded in MRI. Additional provisions include marking small parts with IUID protocols even if they can't meet standard requirements, as well as accommodating human-readable information compatible with machine-readable formats. The document is structured into sections detailing its scope, applicable documents, definitions, and detailed requirements for marking military property, ensuring clarity and consistency in identification processes. Overall, the standard serves as a critical tool for managing military assets, promoting regulatory compliance, and enhancing operational efficiency within the DoD's acquisition and logistics framework.
    The Naval Surface Warfare Center (NSWC) Corona Division is issuing Request for Quotations (RFQ) N6426725Q4131 for the procurement of specific machined components required for MK 25 MOD 1 Canister Fit Check Tools. The RFQ is intended to solicit quotations from potential contractors for various components, including plates and fins, with specified quantities and part numbers. All items must meet stringent government requirements, including material specifications and tolerances outlined in the applicable military standards. Deliveries are expected by June 30, 2025, with detailed inspection and acceptance criteria at the destination. The RFQ also emphasizes the exemption from state taxes for government procurement and outlines the packaging and marking requirements for shipments. Contractors must be certified under the Defense Logistics Agency program and are required to provide unique item identification for each delivered item, in compliance with specific government standards. The contract may be subject to termination for convenience or cause, depending on the performance and compliance of the contractor. This procurement demonstrates the government's commitment to maintaining high-quality standards in defense equipment manufacturing and ensuring compliance with regulatory guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    99--FITTING,LH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical fitting (NSN 1R-9999-LLCGHZ958-V2, REF NR NGV422610-501) with a quantity of one unit, to be delivered FOB Origin. The procurement requires Government source approval prior to contract award, as the item is essential for operational readiness, and only previously approved sources will be considered for this solicitation. Interested parties must submit the necessary documentation for source approval along with their proposals, as failure to provide the required information will result in disqualification. Proposals must be submitted within 45 days of this notice, and interested vendors can contact Devon M. McNamee at (215) 697-2782 or via email at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL for further details.
    13--FIN ASSEMBLY,TORPED
    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 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    1355 - 01-476-1596 CWLD, RECEPTACLE CONNECTOR ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the "Receptacle Connector Assembly" (NSN: 1355-01-476-1596-CWLD) through solicitation N0010426RK017. This contract requires adherence to rigorous quality assurance standards, including First Article Testing (FAT) and Production Lot Testing (PLT), both of which are destructive, ensuring that the connector assembly meets the necessary specifications for military applications. The successful contractor will be responsible for providing detailed reports on testing procedures, failure analysis, and monthly progress updates, with all submissions directed to NAVSUP Weapon Systems Support and related entities. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further information, and must comply with cybersecurity requirements as outlined in the solicitation.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    TOOL-CONT REMOVA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a TOOL-CONT REMOVA. This procurement aims to fulfill specific material and physical requirements as outlined in the associated drawings and specifications, ensuring compliance with military standards for quality and inspection. The TOOL-CONT REMOVA is critical for operational readiness and maintenance within naval operations. Interested contractors should note that the delivery timeline is set for 90 days, and they can reach out to Amanda Hayward at 717-605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the solicitation.
    Magnification Check Kits
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    13--COVER,PROTECTIVE,TO
    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 146 units of the COVER, PROTECTIVE, TO, identified by NSN 1355 006901100. This contract requires compliance with specific design, manufacturing, and quality assurance standards, including ISO 9001, and is critical for use in naval operations, particularly on submarines and surface ships. The solicitation includes provisions for a potential increase in quantity and emphasizes the importance of mercury-free materials due to safety concerns. Interested contractors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure compliance with all requirements by the submission deadline.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the production of torpedo components, adhering to strict quality and inspection standards, with a delivery timeline of 177 days for two separate line items. The goods are critical for naval operations, emphasizing the importance of compliance with military specifications and quality assurance protocols. Interested vendors should contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure their proposals align with the outlined requirements.