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
  1. 1
    Posted Dec 11, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 11, 2024, 12:00 AM UTC
  3. 3
    Due Dec 12, 2025, 7:00 PM UTC
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
Dec 12, 2024, 3:18 PM UTC
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.
Dec 12, 2024, 3:18 PM UTC
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
Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals from qualified small businesses for the procurement of mooring and towing lines, wire rope, slings, pendants, and fittings under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to ensure the availability and timely delivery of these essential products to support fleet readiness for MSC assets and U.S. Navy ships, adhering to stringent military and maritime standards. This procurement is critical for maintaining operational capabilities and safety within maritime operations. Interested contractors must submit their quotes electronically by May 9, 2025, and can direct inquiries to Samantha T. Frederick at samantha.t.frederick.civ@us.navy.mil or by phone at 564-226-7603.
Request for Information/Synopsis - 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 seeking information from qualified sources regarding the repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a contract for depot level services, including repair, calibration, overhaul, and manufacturing of long lead Shop Replaceable Units (SRUs) to sustain operational capabilities for the Fleet’s complex mast systems. This initiative is critical for maintaining the readiness and longevity of submarine communication systems, with the anticipated contract to be awarded on or about December 31, 2026, and a performance period extending up to five years. Interested parties are encouraged to submit capability statements by April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with further details outlined in the draft Statement of Work provided.
CONNECTOR,THRU-HULL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Thru-Hull Connector, essential for shipboard systems. This contract requires the manufacturing and delivery of specialized marine hardware, which is critical to ensuring the safety and functionality of naval vessels, as the use of incorrect or defective materials could lead to severe consequences. Interested vendors should note that the contract will be awarded based on past performance evaluations, and the final delivery of materials is expected within 365 days from the contract's effective date. For further inquiries, potential bidders can contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
Monobloc Propeller Procurement
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking competitive bids for the procurement of U.S. Navy Propellers and Caps, specifically for ship classes including CVN, DDG, LHD, and LCC. This procurement aims to ensure the readiness and sustainability of U.S. naval capabilities by sourcing reliable parts, with specific annual quantities outlined for models such as CVN-77 and DDG-1000. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type, featuring a one-year base period and four option years, and will be awarded on an unrestricted basis, adhering to federal acquisition regulations. Interested parties can reach out to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil or Heather Rhoads at heather.l.rhoads2.civ@us.navy.mil for further information, noting that a Sources Sought notice was issued on SAM.gov with responses due by December 6, 2024.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking qualified contractors for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, in accordance with government specifications. The procurement requires the production, testing, inspection, packaging, and delivery of these components made from machined 6061-T6 aluminum, with strict adherence to quality assurance measures and military packaging standards. This opportunity is critical for the development of essential components for the MK54 torpedo system, emphasizing the importance of technical capability and compliance with federal regulations. Interested parties must submit their quotes by April 30, 2025, and are required to be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access associated drawings and participate in the bidding process. For further inquiries, contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
MK38 MOD4 Spares (MSI)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking to issue a Firm Fixed Price (FFP) Order for the procurement of MK38 MOD4 Spares from MSI-Defence Systems US LLC. The contractor will be responsible for providing all necessary materials and services to manufacture, assemble, inspect, preserve, package, and ship the deliverables as outlined in the Statement of Work. This procurement is critical as it involves specialized supplies related to small arms and ordnance manufacturing, and MSI-DS is the only known company capable of fulfilling these requirements within the specified timeframe. Interested parties can direct inquiries to Katy Gates at katy.m.gates.civ@us.navy.mil, with the contract action being conducted on a sole source basis under FAR 6.302.
60' Dive Support Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the design and construction of a 60-foot Dive Support Boat intended for underwater maintenance and repair operations. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the need for compliance with specific operational and technical requirements, including a maximum of 350 engine hours at delivery and adherence to stringent construction materials standards. The Dive Support Boat will play a critical role in supporting U.S. Navy divers during missions, ensuring operational readiness and safety. Interested contractors must submit their proposals by April 17, 2025, at 2:00 PM PDT, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
CUTTER HAWSEPIPE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cutter Hawsepipe, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance standards and involves the provision of specialized materials and components, including various parts that must meet specific military specifications and undergo rigorous testing and certification processes. This procurement is essential to ensure the reliability and safety of naval operations, as the materials involved are designated as special emphasis material due to their critical nature. Interested vendors should contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL for further details, with the expectation of a contract award within the next year.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is essential for the overhaul of the OK-542 Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. This opportunity underscores the importance of adhering to stringent quality and regulatory standards, including the submission of various compliance certifications and documentation throughout the manufacturing process. Interested vendors must submit their quotations electronically by April 9, 2025, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.