Warhead Expansion Boxes (WEB) and Cable Kits
ID: N6660424R0110Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

PSC

TORPEDOS AND COMPONENTS, INERT (1355)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting proposals for the procurement of Warhead Expansion Boxes (WEB) and associated Cable Kits under solicitation number N66604-24-R-0110. The primary objectives include the manufacture and delivery of WEB components and cable assemblies for the MK 48 Mod 7 Heavyweight Torpedo, with an emphasis on program management, engineering services, quality control, and compliance with stringent Department of Defense specifications. This procurement is critical for enhancing the operational capabilities of military systems, ensuring that all components meet high standards of performance and reliability. Interested vendors should contact Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Carolyn Gillman at carolyn.m.gillman.civ@us.navy.mil for further details, with the anticipated completion date for the project set for September 30, 2029.

    Files
    Title
    Posted
    The document serves as an engineering specification for the Warhead Expansion Box (WEB) components and accessories utilized in military applications. It contains detailed listings of various parts, including circuit card assemblies, box assemblies, and cable assemblies, categorized by part numbers and revision statuses. Each component is accompanied by nomenclature, specifications, and reference standards, highlighting the critical item performance specifications for cable assemblies and other engineering components. The file also outlines assemblies pertinent to the Torpedo MK 48 and includes standards for connectors, wiring, and software descriptions. The structure presents parts hierarchically, indicating dependencies and critical components necessary for the integration of the WEB system. This document is essential for RFPs and federal grants as it collaborates with requirements for system specifications, enhancing operational capabilities in defense technology and ensuring compliance with military standards. It emphasizes the meticulous nature of military equipment specifications, illustrating the importance of precision in defense contracts and procurement processes.
    This document details a government procurement request for various electronic components, specifically focusing on capacitors, diodes, LEDs, resistors, transformers, and integrated circuits. The solicitation number identified is N6660424Q0110, dated August 6, 2024, and it encompasses a total of 43 non-serially managed items, each with specific quantities and acquisition costs. Key items include multilayer ceramic capacitors with multiple voltage ratings, Schottky diodes, blue smd (surface-mounted device) LEDs, and various resistors with significant specifications. The quantities requested range from 1,400 to 47,600 units depending on the item, with unit costs averaging between $0.10 and $43.04. The procurement indicates a structured approach to sourcing essential electronic components needed for government projects or equipment, ensuring availability of critical parts at predefined costs. This consolidated ordering process enhances efficiency in procurement, maintaining compliance with federal regulations. The document ultimately supports technological advancements and operational needs in government sectors through strategic acquisition planning.
    The document is a Contract Security Classification Specification (DD Form 254) issued by the Department of Defense for a project relating to the manufacture and delivery of WEB Functional Item Replacement (FIR) components and associated cables. The facility security clearance required for the contractor is classified as "Secret." The anticipated completion date is set for September 30, 2029. The contractor must comply with the National Industrial Security Program (NISP) guidelines, ensuring robust handling and safeguarding of classified information and materials. Access to various types of classified information, such as communications security and critical nuclear weapon design information, is identified as required. The contractor is obligated to maintain confidentiality regarding any information related to the project, with specific instructions for public releases directed to the Naval Undersea Warfare Center Command. Security guidance outlines the need for adherence to operations security (OPSEC) guidelines and emphasizes restrictions on sharing sensitive information. The primary performance location is at the contractor's facility with potential travel to Naval Undersea Warfare Center sites. Overall, the document mandates stringent security and operational protocols to protect classified materials throughout the contract's duration.
    The document outlines performance requirements related to a government contract, specifically focusing on program management, engineering, quality control, and hardware production. Each requirement is linked to specific tasks from the Statement of Work/Performance Work Statement (SOW/PWS) and includes a list of Contract Data Requirements List (CDRL) items where applicable. The primary performance objective across all sections is the accuracy and timely delivery of technical reports, briefs, and products, which must meet a performance standard of 90% compliance. Government oversight will be exercised through a thorough review and approval process of the CDRL. Various sections address specific areas, including production hardware, repair of hardware, failure analysis, and progress reports, reinforcing the emphasis on high-quality, accountable deliverables. There are also mentions of government-furnished information and property, although no specific performance metrics are established for those areas. This summary reflects the document's intent to establish clear performance metrics and monitoring methods for effective contract management in the context of federal and local RFPs and grants.
    The provided document outlines a Non-Disclosure Agreement (NDA) related to the use of restricted technical data or software provided by the government to a recipient company. The agreement stipulates that the recipient may use the data only for government purposes and must not disclose it without written permission from the contractor indicated on the data. The recipient is also required to implement security measures to protect the data and notify the contractor regarding its use and any potential disclosures. The recipient must manage the data as "as is" without government warranties, agree to indemnify the government against misuse claims, and must destroy all copies of the data within 30 days after the project’s completion. The document underlines that the NDA serves the contractor's interests, allowing them to seek damages for breaches. Furthermore, it addresses export restrictions tied to the Arms Export Control Act. Overall, the agreement is a legal framework ensuring controlled access and usage of sensitive government data within the context of federal contracting, particularly in relation to solicitation # N66604-24-R-0110.
    The document outlines a request for participation in the competition library related to the Solicitation #N66604-24-R-0110 for the MK48 MOD 7 WEB and WEB Cable Draft RFP. Interested companies must complete and submit a specified form to obtain a set of two media—one containing unclassified documents and the other containing confidential documents—mailed to a classified address. The submission requires details such as the company name, classified mailing address, point of contact information, security manager details, and clearance level. The process adheres to federal acquisition regulations regarding source selection sensitive information, highlighting the importance of compliance in accessing controlled unclassified information. This initiative is part of the Navy's broader strategy to engage stakeholders for upcoming contracts while ensuring sensitive materials are shared securely.
    The document outlines requirements for providing past performance references within federal RFPs, federal grants, and state/local RFPs. Offerors must detail their previous contracts by supplying critical information such as company name, contract number, roles (prime or subcontractor), and direct contacts for program management. Additionally, it's necessary to explain the work performed in relation to the current solicitation, highlighting similarities in scope, magnitude, and complexity. Offerors are expected to discuss any challenges faced during contract execution and the measures taken to address those issues. This structured approach aims to ensure that prospective contractors demonstrate their capabilities and relevant experience effectively, fostering informed decision-making by contracting officers. The emphasis on past performance is crucial, as it directly reflects on the offeror's reliability and suitability for future projects.
    The document outlines the Contract Data Requirements List (CDRL) related to the WEB Kit Assemblies and WEB Cable Kits, detailing various management, engineering, and testing plans that contractors must follow. It includes specific data item categories—such as Program Management Plans, Parts Management Plans, Test Procedures, and Corrective Action Reports—highlighting their frequency of submission and requirements for review. Key documents like the Program Management Plan (PMP) are required to ensure technical content and contractual compliance, with a structured review process, allowing submission of drafts and addressing government feedback within specified timelines. The document emphasizes strict adherence to security and export control regulations, ensuring sensitive data remains protected. Each data item has designated authorities, requiring that submissions be formatted electronically in approved types like PDF and Word, emphasizing the government’s commitment to thorough oversight. Overall, the purpose is to establish comprehensive guidelines for contractors, ensuring precise execution of projects while aligning with regulatory compliance and technical standards.
    The document outlines the materials and components required for a Guidance and Control Kit under the designated Contract Line Item Number (CLIN). It specifies various part numbers and their respective quantities, including cable assemblies for Ethernet and tuning boxes, as well as fasteners such as washers, nuts, and screws. Additionally, it lists labels indicating high voltage and specific G&C labels from Raytheon and Lockheed. The detailed listing serves as a critical reference for procurement processes in government contracts, ensuring that all materials meet the necessary specifications for the kit's assembly and functionality. This inventory is essential for suppliers responding to requests for proposals (RFPs) related to equipment and components needed for governmental projects, highlighting the structured approach in managing federal grants and RFPs.
    The document outlines a procurement listing for a WEB Warhead cable, detailing specific components required. It includes the part numbers and quantities for two primary items: a warhead label (Part Number: 8667667) with a quantity of 1, and a cable assembly designated for WAS/WES (Part Number: 8667118-1), also with a quantity of 1. This file serves as part of the federal government's request for proposals (RFPs) concerning the acquisition of necessary equipment essential for operation and maintenance within related defense projects. It underscores the focus on precise item specifications critical for contract fulfillment in a governmental context, ensuring both compliance and functionality in defense operations.
    The document is a solicitation (N6660424R0110) for the procurement of Warhead Expansion Box (WEB) and WEB Cable Kit Assemblies for the U.S. Navy’s MK 48 Mod 7 Heavyweight Torpedo. It outlines detailed requirements for first article qualification, production, engineering services, and hardware repair services. Key contractors are required to provide program management, parts management, quality control, and risk management, including regular reports and meetings to ensure compliance with specifications. The solicitation specifies technical and administrative requirements, including compliance with numerous Department of Defense specifications and processes for documentation and reporting. The ordering period spans five years, and contractors must demonstrate capabilities through testing and delivery of assemblies. The document serves as a comprehensive guideline for potential vendors on contract expectations and qualifications, emphasizing the importance of quality, timely performance, and adherence to government standards.
    Similar Opportunities
    Umbilical Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of twenty-three new Umbilical Cables, as outlined in Request for Quote (RFQ) number N66604-24-Q-0794. The procurement is exclusively set aside for small businesses and requires compliance with the government's Technical Data Package (TDP), which is accessible only to contractors with valid Joint Certification Program (JCP) certification. These cables are critical for communication equipment within defense operations, emphasizing the importance of reliable and secure connections in military applications. Interested vendors must submit their quotations by October 9, 2024, including pricing and shipping details, and ensure active registration with the System for Award Management (SAM) prior to contract award. For further inquiries, contact Mekenzie Marois at mekenzie.l.marois.civ@us.navy.mil or Ryan Davis at ryan.p.davis37.civ@us.navy.mil.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is soliciting proposals for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and contractors must meet specific security and compliance requirements to access necessary technical data. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details and must submit proposals through the PIEE Solicitation Module by the specified deadline.
    Electrical Hull Fittings (EHFs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking bids for the procurement of two Electrical Hull Fittings (EHFs) as part of the AN/WSQ-9 program. The contractor will be responsible for the fabrication, inspection, testing, and certification of these components, which must adhere to stringent SUBSAFE and LEVEL 1 standards, ensuring the safety and reliability of submarine operations. This procurement is critical for maintaining the integrity of naval defense systems, with an estimated budget of $100,000 allocated for testing and certification. Interested vendors must submit their proposals by October 18, 2024, and can direct inquiries to Andrew McCall at andrew.c.mccall4.civ@us.navy.mil or Shane Murray at shane.c.murray2.civ@us.navy.mil.
    Mk 30 Mod 1 Target - Choke-Current Limiting
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting offers for the procurement of twenty (20) units of Choke-Current Limiting, Acoustic Logic, as specified in the relevant NAVSEA drawings. This requirement is critical for ensuring compliance with defense standards and involves strict adherence to material certification, inspection protocols, and government acceptance testing. The procurement is set aside exclusively for small businesses, with a closing date for offers now extended to October 7, 2024, at 5 PM PST, and all submissions must be made electronically to Patricia Rees at patricia.j.rees.civ@us.navy.mil. Interested vendors are encouraged to review the attached solicitation documents for detailed requirements and compliance guidelines.
    61--CABLE ASSEMBLY,SPEC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of cable assemblies designated as "SPECIAL EMPHASIS" material. These assemblies are critical components for shipboard systems, and their quality is paramount to prevent failures that could result in serious personnel injury or loss of vital systems. The contract includes stringent requirements for manufacturing, inspection, and certification, with a focus on compliance with various military specifications and standards. Interested vendors must submit their offers by 4:30 PM EST on October 11, 2024, and can direct inquiries to Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the refurbishment and repair of the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) and related components. The procurement aims to secure services and supplies that include remanufacturing, inspections, engineering support, and inventory management for the SubHDR systems, which are critical for maintaining the operational readiness of submarine communication technologies. Interested contractors must adhere to strict compliance guidelines and submit their proposals by the extended deadline of October 11, 2024, with evaluations based on technical quality, cost control, and timely delivery. For further information, potential offerors can contact Nicolas Favreau at nicolas.w.favreau.civ@us.navy.mil or Kristina Michael at kristina.e.michael.civ@us.navy.mil.
    Towed Body (TB)-29C Thin Line Towed Array (TLTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Towed Body (TB)-29C Thin Line Towed Array (TLTA) systems under Solicitation N00024-24-R-6102. This procurement aims to acquire advanced towed array systems that are critical for undersea warfare operations, enhancing the Navy's capabilities in search, detection, and navigation. The solicitation has undergone amendments, including an extension of the closing date to October 24, 2024, and revisions to specific contract line item descriptions, with a focus on clarifying the classification of Government Furnished Property and Contractor Acquired Property. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Stuart Burman at stuart.burman2.civ@us.navy.mil or by phone at 202-714-7059.
    61--CABLE ASSEMBLY AND
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of cable assemblies under solicitation N00104. The contract will require compliance with various technical and quality standards, including the submission of detailed technical documents and adherence to specific packaging and inspection requirements. These cable assemblies are critical components for military applications, ensuring operational readiness and reliability. Interested vendors must submit their quotes by the specified closing date and can direct inquiries to Colin O'Brien at 717-605-5769 or via email at COLIN.OBRIEN1@NAVY.MIL.
    5" Projectile Body
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is conducting market research for the procurement of a 5-inch Projectile Body. The primary objective is to identify sources capable of supplying a projectile body that is compatible with the U.S. Navy's MK 45 Gun Weapon System, with a production requirement of 30,000 units within the first year of contract award. This procurement is critical for enhancing the operational capabilities of naval weapon systems. Interested vendors must submit their responses, including company capabilities and delivery timelines, by August 5, 2024, to both Gerardo Ilaria and Anthony Gellene at the NSWC IHD, with their respective email addresses provided for correspondence.
    High Pressure Proximity Switches
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of 30 High Pressure Proximity Switches, with an option for an additional 30 units. The procurement is intended to fulfill specific military requirements, and the selected contractor will be responsible for delivering a first article unit for government testing within 180 days of award, with the remaining units due within 360 days post-award. This equipment is crucial for various defense applications, ensuring operational reliability and safety. Interested vendors must submit their quotes by October 9, 2024, at 2:00 PM EST, and are encouraged to contact David Livesey at david.j.livesey2.civ@us.navy.mil or Teresa M. Michael at teresa.michael@navy.mil for further information.