NAWCAD WOLD - High Impact Shock Testing
ID: N0042125Q01021Type: 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- SHIP AND MARINE EQUIPMENT (H220)

Set Aside

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

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals for High Impact Shock Testing of the AN/UPX-46(V) Identification Friend or Foe (IFF) System. The objective is to validate the system's performance under shock conditions that simulate shipboard environments, adhering to military standards outlined in MIL-DTL-901E. This testing is crucial for ensuring the operational readiness and resilience of the U.S. Navy's equipment. Interested contractors must submit their bids by February 27, 2025, and are required to provide detailed technical documentation, including a Test Procedure and Shock Test Report, with a total funding amount of $1,500,000 and a delivery timeline of 12 months. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal government solicitation for funding related to the TW12 High-Impact Shock Testing program, specifically under Solicitation Number N0042125Q1021. It details a requisition for a non-serialized item, the AN/UPX-46(V) system, which is priced at $1,500,000, with a required delivery timeline of 12 months. The solicitation includes information such as the associated National Stock Number (NSN) and Commercial and Government Entity (CAGE) codes, confirming it as a legitimate procurement proposal. This request is part of a broader framework of government requests for proposals (RFPs) and grants, intended to facilitate the acquisition of critical testing equipment. The summary serves as a reference point for stakeholders involved in the proposal and funding processes, ensuring compliance and alignment with federal procurement standards.
    The Statement of Work outlines the requirements for conducting High-Impact Shock Testing of the AN/UPX-46(V) Identification Friend or Foe (IFF) System at the Naval Air Warfare Center Aircraft Division (NAWCAD). This testing, mandated by the PMA Program Office, adheres to military standards set forth in MIL-DTL-901E and aims to evaluate the IFF System's performance under shock conditions representative of shipboard environments. The Contractor is responsible for developing shock test procedures, providing necessary materials and hardware, and ensuring the proper installation and monitoring of equipment during testing. The Government will supply the IFF System equipment and on-site support. A detailed Final Shock Test Report and monthly equipment reports are required from the Contractor. Overall, the purpose of this initiative is to validate the AN/UPX-46(V) IFF System's resilience and functionality in real-world scenarios, ensuring the U.S. Navy's readiness and operational capabilities.
    The document is a Request for Quotation (RFQ) for a firm-fixed-price proposal regarding High Impact Shock Testing to be conducted by the Naval Air Warfare Center. Suppliers are invited to submit their bids via email to Maria Sproul by the stated deadline of February 27, 2025. The solicitation encourages fair competition, as it is not set aside for small businesses. The main requirements include high-impact shock testing using a Floating Shock Platform, along with two additional deliverables: a Test Procedure and a Shock Test Report, all to adhere to specific military standards. Quotes must include necessary technical documentation and comply with federal regulations, emphasizing the importance of registering in the System for Award Management (SAM). Pricing terms, delivery schedule, shipping costs, and entity identification details must also be provided. The document highlights criteria for evaluation based on technical and financial aspects, ensuring proposals meet government standards while facilitating transparency and accountability in contracting. Thus, it reflects the government's commitment to precise acquisitions and maintaining quality in defense-related activities.
    The document details the Contract Data Requirements List (CDRL) related to the UPX-46(V) IFF System under contract number 1301145167. It describes specific data items that the contractor must provide, including a Shock Test Report (Data Item A001), a Final Shock Test Report (Data Item A002), and a Status of Government Furnished Equipment Report (Data Item A003). Each data item specifies submission timelines, distribution statements, and requirements for digital format delivery. The Shock Test Reports must be submitted within 30 days and 10 workdays of contract award and test completion, respectively. Additionally, all reports must be sent in an editable format to ensure compatibility with the Navy Marine Corps Intranet systems. The document outlines the involvement of the contracting officer and technical point of contact, Qui Q. Tran, providing contact details for further communication. The CDRL emphasizes the importance of timely data submission as part of the contractor's obligations and ensures compliance with the Department of Defense regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Shock and Vibration Qualification Testing
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking qualified small businesses to provide Shock and Vibration qualification testing in accordance with NAVSEA Drawings. This procurement is essential for ensuring the reliability and performance of naval equipment under various shock and vibration conditions. The contract will be a Firm Fixed Price, Small Business Set Aside, utilizing Simplified Acquisition Procedures, with interested parties required to submit a DD Form 2345 Joint Certification Program (JCP) Certificate by COB 17 December 2024 to receive the Request for Quotation (RFQ). For further inquiries, potential bidders can contact Karen Morris at karen.l.morris49.civ@us.navy.mil or by phone at 445-227-0069.
    Identification Friend or Foe (IFF) System
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Dahlgren, is seeking proposals for the development of an Identification Friend or Foe (IFF) System. This procurement aims to enhance capabilities in search, detection, navigation, guidance, and aeronautical and nautical systems, which are critical for military operations and ensuring the safety of friendly forces. The project will take place in Dahlgren, Virginia, and is categorized under NAICS code 334511 and PSC code 7B20, indicating a focus on high-performance computing hardware and software. Interested parties can reach out to Curtis Taylor at curtis.d.taylor2.civ@us.navy.mil or 540-634-0623, or Kathleen Rodgers at kathleen.p.rodgers.civ@us.navy.mil or 540-292-0904 for further details.
    OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Hahn & Clay Pressure Tank Lid Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank under RFQ N66604-25-Q-0052. The procurement aims to restore the tank's pressure capability of 4000 PSI, requiring compliance with the National Board Inspection Code (NBIC) and ASME standards, particularly addressing a broken seal on the tank lid. This pressure tank is critical for conducting environmental qualification testing for the Navy, emphasizing the importance of maintaining operational safety and performance standards. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Radio Frequency Distribution and Control Systems (RFDACS) units and subcomponents, along with associated engineering and obsolescence management services. This initiative aims to enhance military submarine capabilities by developing, testing, and delivering the RFDACS OK-700 system, which is critical for effective communication and control in defense operations. Interested contractors must comply with stringent regulatory standards and provide detailed proposals that include quality control measures, funding sources, and personnel qualifications. For further inquiries, potential bidders can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462. The solicitation details and associated documents are available for review, and adherence to the outlined requirements is essential for successful proposal submission.
    REQUEST FOR INFORMATION – Test, Evaluation, Repair, Modification & Upgrade of Electronic Warfare Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is issuing a Request for Information (RFI) regarding the test, evaluation, repair, modification, and upgrade of electronic warfare systems. This procurement aims to gather insights and capabilities from industry stakeholders to enhance the maintenance and operational readiness of critical electronic warfare equipment. The services sought are vital for ensuring the effectiveness and reliability of defense systems that play a crucial role in national security. Interested parties can reach out to Robert Knelly at robert.g.knelly.civ@us.navy.mil or 812-584-2887, or Kate Muessig at kathryn.m.muessig.civ@us.navy.mil or 812-381-7158 for further information.
    Tsunami 24 USV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Tsunami 24 unmanned surface vessel (USV) and its associated components. The contract requires the USV to operate effectively in Sea State 3, with a range of 250 nautical miles, a cruise speed of 19 knots, and a payload capacity of 1,000 pounds, while being powered by a minimum of 300 horsepower and achieving a top speed exceeding 40 knots when unladen. This advanced maritime technology is crucial for enhancing operational effectiveness in various maritime environments, and the selected contractor will also provide integration, testing, evaluation, and training services at the NSWCDD facility. Interested parties should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details, with a desired delivery timeline of less than three months from contract award.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of a commercial off-the-shelf (COTS) transducer for the P8 aircraft. This procurement aims to secure spare parts using competitive procedures, with the contract awarded to the lowest price technically acceptable offer. The transducer is critical for measuring and testing electrical signals, ensuring the operational readiness of the aircraft. Interested vendors must submit their quotes by 4:30 PM EST on the specified closing date, and can direct inquiries to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL.