Capstan Main Frame Fabrication
ID: N6660425Q0143Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the fabrication of a Capstan Main Frame Welded Unit, essential for the Towed Array Handling Equipment Facility. The procurement requires adherence to specific military standards, including post-weld stress relief and material specifications, with the selected contractor responsible for delivering the unit within 365 days of contract award. This equipment plays a critical role in supporting submarine operations, emphasizing the importance of quality and compliance in military applications. Interested vendors must submit their quotations by March 21, 2025, at 2:00 PM ET, and can direct inquiries to Amy Prisco at amy.k.prisco.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the procurement and manufacturing of custom-designed support material for the OK-542 Thinline Towed Array Handling Equipment (TLTAHE) by the Towed Array Handling Equipment Facility (TAHEF) at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). This equipment is vital for the deployment and retrieval operations of SSBN/SSGN 726 CL submarines. The contractor is responsible for fabricating specific components, including the Capstan Main Frame Welded Unit, and must adhere to military standards for quality, including painting and weld certifications. Key submissions include Certificates of Compliance, Mercury Free Statements, and non-destructive testing documentation. Progress must be reported regularly through status updates in conjunction with invoice submissions. The document emphasizes strict adherence to security protocols, particularly concerning controlled unclassified information. Overall, the SOW serves to guide the contractor's work in ensuring the TAHEF's operational readiness while maintaining compliance with military specifications and safety standards.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government contract (PR No. 1301207594), primarily targeting the Naval Undersea Warfare Center (NUWC). It details various data items required from the contractor, including Certificates of Compliance (COC), Technical Reports, and Progress Reports, each focusing on different compliance aspects like mercury-free certification, domestically sourced materials, and process certification. The reports must adhere to specific submission criteria, including one-time submission for each batch of delivered goods. The distribution of the information is restricted to the Department of Defense and associated contractors due to its critical technology status. The document specifies compliance with established reporting standards and requests, allowing for effective governance of contract fulfillment. The meticulous documentation ensures that contractors meet the required safety and quality standards, emphasizing governmental control over contract deliverables.
    The document outlines the performance, detail, and standard specifications for military-related products and services as referenced in multiple Military (MIL) standards and specifications. Key references include MIL-DTL-24441D(SH), MIL-PRF-23236D, and MIL-STD-130N, among others. These specifications set guidelines and requirements for various aspects of military project deliverables, ensuring quality and compliance. The detailed standards cover material specifications, technical performance criteria, identification standards, and general requirements applicable to military equipment and supplies. The purpose of this document is to provide contractors and stakeholders involved in government requests for proposals (RFPs) and grants with a comprehensive framework of specifications they must adhere to for military procurements. By establishing uniform standards, the document aims to facilitate consistency and ensure that all goods and services meet essential military operational standards, thus reflecting the government's commitment to maintaining high-quality defense capabilities.
    The TAHE Facility Quality Provisions Receipt Inspection Report outlines the requirements for the manufacturing and inspection of a Capstan Main Frame Welded Unit, part number 53X-01-100, intended for the OK-542 Unit 1. The report specifies necessary quality certifications and documentation from the vendor, including a Certificate of Compliance, Mercury Free Statement, Certificate of Analysis for raw materials, and details on domestic sourcing as per DFARS regulations. The document emphasizes adherence to specified military standards and processes related to welding, painting, and coating. Additionally, it outlines requirements for test data, proper identification on the units, and protective packaging. Table 1 details specific paperwork requirements related to materials and process certifications needed for compliance. The report serves to ensure that the parts meet rigorous quality and safety standards critical to government contracts, underscoring the importance of proper documentation and inspections in the procurement process for federal projects.
    The document outlines the Vendor Information Request (VIR) process for the Towed Array Handling Equipment (TAHE) facility at NUWC in Newport, RI. It provides a structured form to address technical issues related to parts supplied by vendors, outlining necessary sections for both vendors and the TAHE facility's personnel. Key elements include vendor details, material nomenclature, status of parts, causes of nonconformance, and recommended corrective actions. The form also requires evaluations of delivery and cost impacts and technical justifications for nonconforming materials. Each block of the form guides the vendor in reporting issues, while the TAHE team follows a defined procedure to respond. The goals are to manage technical inquiries, maintain quality control, and ensure compliance with procurement standards. Additionally, it emphasizes the importance of cross-signature from various departments to validate the process, reflecting the interaction between vendors and the facility in achieving operational excellence. This structured approach is essential for the management of RFPs and procurement processes within a government context, ensuring accountability and effectiveness in handling equipment and parts.
    The document outlines the requirements for welding procedures and qualifications for the Towed Array Handling Equipment Facility (TAHEF) at the Naval UnderSea Warfare Center Division Newport (NUWCDIVNPT). It specifies that vendors solicited for tactical welding support must use a Welding Procedure Specification (WPS) and a Procedure Qualification Record (PQR) according to established technical publications. For contracts requiring new fabrications, both WPS and PQR must be identified. In contrast, for repairs to existing welds, only the WPS is needed, with the PQR marked as 'N/A.' The letter emphasizes the importance of having the appropriate documentation reviewed and approved by TAHEF Quality Assurance personnel for contract formalization. It requires vendors to provide the necessary WPS and PQR documents upon selection for contract award. The document includes space for vendor identification and approval, as well as a reference to an associated Statement of Work (SOW) for ongoing tactical support. Overall, it serves as a guideline to ensure compliance with government standards in the welding procedures used in military applications.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is issuing a Request for Quotation (RFQ) seeking bids for a Capstan Main Frame Welded Unit, with a closing date extended to March 21, 2025. The solicitation allows firms to submit technically acceptable quotes to fulfill the requirement, which adheres to Federal Acquisition Regulation (FAR) guidelines. Key technical requirements include necessary post-weld stress relief and specific material specifications recommended to be switched to ASTM A500, Grade B. Bidders must demonstrate qualifications through compliance with welding standards outlined in Government Drawings and submit their proposals via email by the specified deadline. The procurement is classified under NAICS 332710, with a small business size standard of 500 employees. Award criteria emphasize the lowest price technically acceptable approach, factoring in past performance and the necessity for registration in the System for Award Management (SAM). Additional procedural details and requirements for accessing controlled information are provided. Ultimately, this RFQ highlights the government's effort to engage industry partners while ensuring compliance with technical and regulatory standards.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is soliciting quotations for a Capstan Main Frame Welded Unit (QTY 1), under Request for Quotation (RFQ) number N66604-25-Q-0143. This procurement is structured as a Firm Fixed Price contract and is open for 30 days. Offerors must submit their quotations by 18 March 2025. The product delivery location is Newport, RI. The solicitation is categorized as Full and Open, targeting small businesses under NAICS code 332710. To be considered technically acceptable, offers must include a complete quote, adherence to delivery timelines, and required welding certifications or plans. The winning bid will be based on the lowest price and compliance with technical specifications. Relevant FAR and DFARS clauses must be acknowledged, and offers must come from vendors registered in the SAM system. Additionally, companies wishing to review applicable documents must submit a request with specific security credentials, including a valid DD2345 certificate. This procurement emphasizes compliance with military standards and specific welding qualifications essential for government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Naval Surface Warfare Center Carderock Division custom aluminum wire feedstock for use with Naval wire arc additive manufacturing (WAAM) systems
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division, part of the Department of Defense, is seeking sources for custom aluminum wire feedstock intended for use with Naval wire arc additive manufacturing (WAAM) systems. The procurement includes custom aluminum alloy weld wires and extrusion plates, along with design and fabrication services, aimed at supporting research and development efforts. This opportunity is critical for advancing additive manufacturing capabilities within the Navy, as it involves the provision of specialized materials and rapid turnaround services. Interested parties must submit their responses, demonstrating relevant experience and capabilities, by 3:00 PM Norfolk, VA time on December 18, 2025, to David Crouch at david.w.crouch3.civ@us.navy.mil.
    PERISCOPE SUBASSEMB
    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 the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    COUPLING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of couplings, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for delivering the specified couplings within 365 days of contract award, with a focus on compliance with detailed specifications and certification requirements. Interested parties should contact Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL for further information and to ensure their proposals are submitted by the extended closing date.
    NUT,UNION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of Union Nuts under the NAVSUP Weapon Systems Support Mechanicsburg office. This contract requires the delivery of specialized materials that are critical for shipboard systems, emphasizing the need for high-quality standards to prevent failures that could lead to serious safety risks. The selected contractor will be responsible for ensuring compliance with stringent inspection and certification requirements, with a delivery timeline of 365 days from the award date. Interested vendors should contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil for further details and to submit their proposals.
    HULL PENETRATOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Hull Penetrators, which are critical components for shipboard systems. The contract requires the delivery of specialized materials that meet stringent quality and safety standards, as any defects could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for ensuring compliance with detailed specifications and quality assurance requirements, with a final delivery timeline set for 365 days after contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must adhere to the outlined submission protocols for certification data prior to shipment.
    20--SEGMENT 7 STERN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Segment 7 Stern, identified by NSN 2040014787859. The requirement includes a single unit to be delivered to Assault Craft Unit 4 within 20 days after order, with approved sources specified as 0ACH0 and 66618 for the part number 7401551-001. This procurement is critical for maintaining operational readiness and functionality of marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.