Mooring Components
ID: N6660425RF500Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

BUOYS (2050)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document is a solicitation from the Naval Undersea Warfare Center, issued under solicitation number N6660425RF500, aiming to acquire mooring components for an indefinite delivery/indefinite quantity (IDIQ) contract. The solicitation specifies a firm fixed price and includes a pricing table for various mooring items, such as wire ropes and storage reels, with quantities and unit prices to be determined by the offeror. The contract allows for task orders based on Government needs. Details regarding delivery timelines, payment terms, and obligations for the contractor are outlined, with an emphasis on compliance with federal acquisition regulations. This solicitation supports small businesses, particularly service-disabled veteran-owned and women-owned enterprises, and includes clauses that protect against contracting with prohibited entities. Inspection and acceptance of delivered goods will occur at the destination, ensuring adherence to the specifications set forth in the contract. The documentation also outlines the obligations of the contractor regarding packaging, marking, and unique item identification in compliance with standards, emphasizing the necessity of government-approved marking on items supplied. This structured approach aims to streamline procurement while ensuring quality and accountability in the delivery of supplies.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is seeking a sole-source award with Mooring Systems, Inc. (MSI) to support its study on biofouling at depth and the effectiveness of antifouling coatings. This initiative aims to ensure that naval operations can be conducted without interference from biofouling-induced noise. NUWCDIVNPT requires support services and materials for the design and construction of specialized deep-sea moorings to be used in a deep-water test site. MSI, which has a proven track record as a subcontractor for earlier projects, will manufacture updated moorings and provide replacement parts to be delivered by February 3, 2025. The moorings will be key in assessing the performance of antifouling coatings, ultimately influencing the selection of future coatings for naval applications. This project underscores the Navy's commitment to maintaining operational efficiency in underwater environments through improved antifouling technologies and specialized equipment.
    Lifecycle
    Title
    Type
    Mooring Components
    Currently viewing
    Solicitation
    Similar Opportunities
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested firms can find more information and updates on the solicitation by visiting the Procurement Integrated Enterprise Environment (PIEE) website or contacting Paige Miller at paige.r.miller5.civ@us.navy.mil.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Subsea Winch
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotes for a custom Subsea Winch with an Attachable Levelwinder as part of the Bottom Array Rapidly Deployed (BARD) Project. The procurement requires a system capable of deploying and controlling a specified load, integrating with existing government systems, and providing telemetry data, with key specifications including a minimum of 21,000 feet of 3/8” line, a payout speed of at least 6 ft/second, and a depth rating of 6,000 meters. This equipment is critical for undersea operations, ensuring efficient deployment and retrieval of underwater systems. Interested small businesses must submit their quotes by December 5, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further details.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    20--BUOY,MOORING
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    Mobile at Sea Sensor System Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Mobile at Sea Sensor System Support Services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The procurement aims to secure range support services for the MATSS vessel, which is crucial for naval operations and testing. Offerors must possess a Seaport contract to access the Seaport NxG portal for proposal submission, as all proposals will be accepted exclusively through this platform. Interested parties can reach out to Marcella G. Webber at marcella.webber@navy.mil or by phone at 951-373-4454 for further information.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.