CKU-5 Tubes Solicitation
ID: N0017424R0110Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Machine Shops (332710)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the procurement of CKU-5 tubes, which are critical components for the assembly of Aviation Critical Safety Items (ACSIs) used in the CKU-5 Program. The procurement aims to secure hardware necessary for the manufacturing of CKU-5 rocket motors, emphasizing the importance of precise engineering and compliance with military specifications. Interested contractors must submit their responses by September 25, 2024, to Diane Hicks at diane.d.hicks.civ@us.navy.mil, and are encouraged to review the attached technical drawings and Contract Data Requirements Lists (CDRLs) for detailed submission guidelines and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document is a Contract Data Requirements List (CDRL) mainly focused on the data item requirements associated with a specific contract for the NDTI CKU-5 hardware. It outlines the submission requirements for a Final Dimensional Inspection Report, including submission timelines and distribution details. Key points include the need for the contractor to submit a draft report, which the government reviews, and subsequent revisions must be made within specified timeframes. This document also mentions that final submissions must be delivered via e-mail in a specific format to designated personnel within the NSWC Indian Head Division. Furthermore, the document contains various instructions for completing the DD Form 1423, including categories for data types, technical requirements, and approval processes. Emphasizing compliance with export laws and outlining the reporting burden estimates, the CDRL serves as a critical component in standardizing data delivery for contractual commitments, ensuring that technical and operational data is adequately protected and managed within government and contractor operations.
    The document is a Contract Data Requirements List (CDRL) form, primarily focusing on the certification and compliance requirements for the CKU-5 Hardware contract under the jurisdiction of the Navy Surface Warfare Center (NSWC) Indian Head Division. It specifies essential details for data submission, including a Certificate of Compliance (COC) that must accompany the delivery of production units. The document outlines submission timelines, distribution statements, and requirements for inspection and acceptance by the government. Additionally, it details the frequency and format for data submissions, noting that drafts are subject to review and must be revised based on government feedback. The form also includes distribution instructions and requirements for electronic submission. Importantly, the document contains a warning regarding the export restrictions of the technical data, emphasizing compliance with federal export laws. Overall, this CDRL serves as a structured framework for managing contract-related data, ensuring adherence to specific technical and operational standards while facilitating communication between the contractor and government entities.
    The document is a Contract Data Requirements List (CDRL) associated with a contract for the CKU-5 hardware, outlining the necessary data items, specifications, and submission requirements for the contractor. The primary data item is a Certificate of Analysis (CoA) tied to a specific Data Acquisition Document. The CDRL specifies that the contractor must submit a draft of the CoA simultaneously with production unit delivery, with set timelines for government review and revisions. It details the distribution constraints and the classification of the document, indicating it contains technical data restricted by export laws. Additionally, instructions for completing the DD Form 1423 guide contributors on categorizing the data, specifying systems, required approvals, and submission procedures. The document is structured into specific sections addressing categories, timelines, frequencies, and distribution, reinforcing proper protocol and compliance with federal contracting guidelines. Overall, the CDRL serves to ensure the contractor delivers essential documentation as mandated by the government, facilitating operational effectiveness while adhering to regulatory frameworks.
    The document outlines the Contract Data Requirements List (CDRL) for the QCIC CKU-5 Hardware project, detailing the data item associated with an Inspection Test Plan and Pre-Production Test Plan. It specifies various key components, including submission frequencies, due dates for revisions, and distribution requirements. The data, which pertains to technical operational purposes, is authorized primarily for the Department of Defense and its contractors, with strict restrictions on dissemination to protect sensitive information. The contractor is required to submit draft plans simultaneously with the delivery of production units, allowing the government a defined timeframe for review and feedback. The instructions for completing the associated DD Form 1423 clarify the requirements for categorizing data items, managing submissions, and estimating cost groupings. The document’s careful structure emphasizes compliance with military regulations while facilitating effective management of technical data in the context of federal and state contracting processes.
    The document outlines a Request for Proposal (RFP) for the manufacturing of hardware related to the CKU-5 system at the Naval Surface Warfare Center (NSWC) Indian Head Division. The contract includes First Article Testing (FAT) for multiple components, including tubes and launchers, with specified quantities and pricing structures. The requirements emphasize quality management systems adhering to ISO standards, detailing necessary documentation, inspection protocols, and testing processes. The contractor must ensure compliance with various military specifications and implement strict quality control measures throughout production. Deliverables are scheduled with defined shipping protocols to ensure destination safety. This RFP addresses the need for high-quality critical safety items while ensuring adherence to federal regulations and standards, guiding contractors towards achieving necessary compliance during the procurement process. Overall, the document serves as a structured approach to acquiring specialized equipment for military applications.
    The Contract Administration Plan outlines the responsibilities and roles of various individuals and offices involved in the administration of a government contract. Key positions include the Procuring Contracting Officer (PCO), who handles pre-award inquiries and overall contract oversight, the Contract Administration Office (CAO) which follows regulatory guidelines, and the Contracting Officer’s Representative (COR) tasked with day-to-day oversight and technical direction. The Defense Contract Audit Agency (DCAA) is responsible for auditing invoices, while the Paying Office ensures timely payments. The COR specifically monitors contractor performance, quality assurance, and adherence to scope, maintaining comprehensive records of correspondence and invoices. An annual performance report and updates to the Contract Performance Assessment System (CPARS) are required to evaluate contractor effectiveness. This plan details the organizational structure essential for effective contract management within the context of government contracting standards and practices.
    The document outlines a Past Performance Matrix to be submitted by Offerors and their subcontractors in response to government Requests for Proposals (RFPs). It requires a detailed account of no more than seven relevant contracts from each party, including critical information such as contract number, performance period, value, a description of work relevance, and completion status regarding timeliness and budget adherence. Only contracts completed within the last three years will be considered, and explanations are required for any unsatisfactory performance aspects. This matrix is part of the sourcing evaluation process governed by federal acquisition regulations (FAR), ensuring that past experiences inform decision-making for current solicitations. The emphasis is on compliance, accountability, and the necessity of demonstrating a successful track record to qualify for government contracts. This information is essential for assessing eligibility and reliability in fulfilling RFP requirements.
    The document is a Past Performance Questionnaire for Solicitation Number N0017424R0110, aimed at evaluating the capabilities of an offeror by gathering insights from agencies or activities that have previously worked with them. It asks for specific details including the offeror's name, services provided, and the duration of the working relationship. The evaluation criteria are based on a rating scale from "Exceptional" to "Unsatisfactory," focusing on customer satisfaction, timeliness, technical success, program management, and quality of services delivered. Additionally, it seeks subjective responses regarding the recommendation of the contractor for similar contracts and any unique problems faced. The information collected is vital for assessing the contractor's suitability in government RFPs, federal grants, and local solicitations, ensuring informed decision-making regarding contract awards.
    The document includes technical drawings related to specific components for the Department of Defense. It references several assembly designs, including the Tube, Booster (drawing number 11726656 Rev M), Launcher Tube Assembly (11726800 Rev H), Tube, Launcher (11726655 Rev L), and Tube, Motor (11726650 Rev M). These revisions indicate the importance of maintaining updated technical specifications for weapon system components. This file supports requests for proposals (RFPs) and grants related to defense contracts, highlighting the need for precise engineering and design documentation in federal and state/local procurement processes. The clarity of these drawings is essential for manufacturers and contractors engaged in defense production, ensuring compliance with established standards and enhancing operational effectiveness.
    Lifecycle
    Title
    Type
    CKU-5 Tubes Solicitation
    Currently viewing
    Solicitation
    Similar Opportunities
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.
    SPMR Mandatory Kits
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of SPMR Mandatory Kits essential for the pierside maintenance and repair of 25mm MK 38 MOD 2 weapons. These kits must include a comprehensive assortment of components, such as batteries, springs, pins, fittings, seals, and various types of screws and washers, all adhering to detailed technical specifications outlined in the solicitation documents. The successful contractor will be responsible for procuring, inspecting, packaging, and delivering these kits to the NSWC IHEODTD Picatinny Detachment in New Jersey, with compliance to MIL-STD-2073 for preservation and packaging. Quotes are due by July 5, 2024, at 10:00 AM EST, and should be submitted to Jodi Fields at jodi.l.fields.civ@us.navy.mil, with all necessary company information included.
    Solicitation for the Repair of Electron Tube, Simplified Drive (SDR) Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) in Mechanicsburg, is soliciting offers for a five-year requirements contract for the repair of 125 units of the Electron Tube, Simplified Drive (SDR) Tube, with NSN: 7HH5960-01-499-7172 and Part Number 6625287. This procurement is critical for maintaining operational readiness and support for naval systems that rely on these electronic components. Interested contractors should note that the deadline for submitting offers has been extended to 4:30 PM EST on October 14, 2024, and must acknowledge receipt of the amendment to avoid rejection. For further inquiries, interested parties can contact Lance Geesey at 717-605-1313 or via email at lance.geesey1@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 seeking contractors 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 the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    Solicitation for the Repair of Electron Tube, 10 KW Traveling Wave Tube
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting offers for a five-year requirements contract focused on the repair of 540 units of the Electron Tube, 10 KW Traveling Wave Tube, identified by NSN: 7HH 5960-01-322-1337 and Part Number 573032. This procurement is critical for maintaining operational capabilities within naval systems that rely on electronic components, ensuring reliability and performance in various defense applications. Interested contractors should note that the deadline for receipt of offers has been extended to 4:30 PM EST on September 27, 2024, and must acknowledge receipt of the amendment to avoid rejection of their proposals. For further inquiries, contact Lance Geesey at lance.geesey1@navy.mil.
    Cylinder Assembly, A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Synopsis to identify potential suppliers for the Cylinder Assembly (Part Number: 5-84043-2, NSN: 1650-00-534-5905) required for the KC-135 aircraft. The procurement aims to gather market research on businesses capable of providing labor, materials, and logistics for the new manufacture of 28 units of this critical component. This initiative is essential for maintaining the operational capabilities of the Air Force, reflecting a commitment to enhancing logistical support. Interested vendors are encouraged to submit their business information electronically by the extended response deadline of September 30, 2024, and may direct inquiries to the primary contact at 423.SCMS.AFMC.RFI@us.af.mil.
    1377-01-550-8543, DWGY, CCU-167/B Impulse Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 818 units of the DWGY, CCU-167/B Impulse Cartridge, identified by the part number 1377-01-550-8543. This procurement falls under the NAICS code 325920, which pertains to Explosives Manufacturing, and is critical for military applications involving cartridge and propellant actuated devices. Interested vendors should note that the deadline for submission is November 4, 2024, and can direct inquiries to Alexander Bonner at 717-605-4237 or via email at alexander.bonner@navy.mil for further details.
    CDM Hazardous/Miscellaneous Parts under FSC 6810
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting quotes for the procurement of miscellaneous parts under the Federal Supply Class (FSC) 6810, specifically for the Clandestine Delivered Mine (CDM) program. The procurement aims to acquire essential components, including lubricants, primers, adhesives, and coatings, which must be sourced from authorized distributors to ensure authenticity and compliance with stringent qualification standards. This initiative is critical for maintaining the operational readiness and effectiveness of defense capabilities, with a focus on high-quality supply chains. Interested vendors must submit their quotes by September 20, 2024, at 06:00 PM EST, and can direct inquiries to Erika Cabot at erika.n.cabot.civ@us.navy.mil.
    ELBOW,TUBE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of elbow tubes, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. The procurement requires that all items undergo government source approval prior to award, and interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. These elbow tubes are critical components for various military applications, emphasizing the importance of compliance with quality and inspection standards. Interested parties should submit their quotes via email to Carmelena Oldroyd at CARMELENA.OLDROYD@NAVY.MIL by the specified due date, and for any inquiries, they can contact her at 215-697-2606.
    16--OUTER CYLINDER,LAND, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Outer Cylinder, Land, with a National Stock Number (NSN) of 7R-1620-010676055-VF. The procurement involves a quantity of 9 units, which must be manufactured, tested, and inspected in accordance with the original equipment manufacturer (OEM) specifications and latest drawings. This component is critical for aircraft landing gear systems, underscoring its importance in maintaining operational readiness for naval aviation. Interested vendors must submit their proposals, including traceability documentation and cost data, to Jaclyn Dooling at jaclyn.dooling@navy.mil by the specified deadline, with early deliveries accepted at no cost to the government.