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
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.
    4820 - Request for Information for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is issuing a Request for Information (RFI) for a Multiple Award Repair Indefinite Delivery/Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This procurement aims to secure services for the repair and modification of various components, with a contract duration of two years and the potential for three additional years, encompassing a minimum value of $500 and a maximum of $85,171,000. The goods and services sought are critical for maintaining the operational readiness of U.S. Navy submarines, emphasizing the importance of compliance with military standards and efficient logistical support. Interested contractors can reach out to Madison M. Gray at madison.m.gray4.civ@us.navy.mil or Hannah Forsyth at hannah.m.forsyth.civ@us.navy.mil for further details.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.