AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
ID: N0016425RWM46Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Machine Shops (332710)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Crane Division (NSWC Crane), is soliciting proposals for the refurbishment of AN/SLQ-32(V)6 antenna shelters, with a focus on maintaining operational readiness and extending the lifecycle of these critical structures. Contractors are required to provide pricing for three tiers of refurbishment, including complete replacements for unsalvageable shelters, targeted refurbishments, and general maintenance, all adhering to stringent military standards for materials and processes. This procurement is vital for ensuring the shelters remain functional and resistant to corrosion in maritime environments, thereby safeguarding internal electronics. Interested small businesses must submit their proposals by February 4, 2025, and can direct inquiries to Clayton Raber at clayton.l.raber.civ@us.navy.mil or by phone at 812-381-3553.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to the solicitation for the refurbishment of AN/SLQ-32(V)6 Antenna Shelters, specifically contract N0016425RWM46. Key changes include an extension of the submission deadline to February 4, 2025, and the incorporation of a revised Statement of Work (SOW), which details the refurbishment tasks necessary for maintaining the shelters' operational capabilities. The SOW emphasizes the importance of corrosion prevention and repair in a maritime environment, specifying a multi-tiered refurbishment approach based on the extent of damage. The contractor is required to manage all aspects of disassembly, blasting, coating, and reassembly as per military specifications and provided guidelines. To ensure compliance, the contractor must also adhere to stringent quality assurance measures, including inspections of materials and processes. The amendment has also introduced a Question and Answer document to clarify previous ambiguities about refurbishment levels and the responsibilities of the contractor versus the government. Overall, this document serves to outline the expectations and obligations associated with the procurement of refurbishment services, reflecting the government's commitment to maintaining naval operational readiness.
    The document constitutes an amendment to a government solicitation, primarily introducing a question and answer section regarding a contract with the Naval Surface Warfare Center Crane Division (NSWC Crane). It clarifies critical aspects of the project involving aluminum shelter refurbishment across different tiers outlined in the Request for Proposals (RFP). Key questions addressed include the requirements for removing and reinstalling rivets, the nature of shelter orders (as sets), and the provisions regarding geographical facility requirements for contractors. The government confirms that certain fasteners need not be removed during anodizing and that all shelters are ordered in sets. Additionally, it reiterates that contractors should refer to the provided assembly and disassembly instructions for guidance. The document aims to ensure clarity for contractors and streamline the procurement process for refurbishment efforts, vital for maintaining project timelines and requirements. Overall, the amendment facilitates effective communication between the government and potential contractors, emphasizing operational efficiency and adherence to quality standards.
    The document is an amendment to a solicitation (Contract ID: N0016425RWM46) issued by the Naval Surface Warfare Center Crane Division. Its primary purpose is to provide a Question and Answer document for all participants related to specific requirements outlined in previous amendments. The amendment specifies that the government intends to procure complete shelter structures per provided part numbers, clarifying that individual parts are not being sourced beyond these numbers. Responses to queries elaborate on the manufacturing and assembly of shelter structures, including the requirement for aluminum assemblies to be free of dissimilar metals to avoid contamination during anodizing processes. This amendment ensures that all suppliers are informed of changes and clarifications necessary for compliance with the government’s procurement standards and requirements, supporting effective submissions in the upcoming procurement cycle.
    The document outlines a Request for Proposal (RFP) for the refurbishment and replacement of AN/SLQ-32(V)6 Shelter structures used by the U.S. Navy. The RFP requires contractors to provide pricing for three tiers of refurbishment: complete replacement for unsalvageable shelters, refurbishment involving replacement of specific access frames, and general refurbishment with new gaskets and hardware. The document details specific technical requirements, including compliance with military standards for materials and processes involved in the refurbishment. It emphasizes performance requirements related to surface treatment, painting specifications, materials handling, and quality assurance criteria. Additionally, the contractor's responsibility for Government Furnished Property (GFP) is articulated, including reporting protocols and limitations on property transfers. A monthly status report is mandated to document progress. The document serves as a formal solicitation from the Navy to potential contractors, ensuring they meet stringent technical, quality, and schedule requirements while emphasizing the importance of maintaining the shelters to extend their lifecycle and mitigate corrosion-related threats to internal electronics.
    The Statement of Work (SOW) outlines the refurbishment and upgrade process for the AN/SLQ-32(V)6 Antenna Shelters. The primary objective is to enhance the shelters that are deteriorating due to corrosion from the marine environment, which jeopardizes the internal electronics. The contractor will recommend and gain governmental approval on the refurbishment level, including complete disassembly, media blasting to remove old coatings, chemical coating, repainting, and reassembling the shelters with new gaskets and hardware. The SOW defines three refurbishment tiers: Tier #1 includes full replacement of unsalvageable shelters, Tier #2 involves replacing corroded access frames, and Tier #3 covers refurbishing shelters with necessary parts replaced. Compliance with various military and industry standards is essential throughout the process, including chemical coating, painting, and inspection protocols. Additionally, the contractor must manage Government Furnished Equipment (GFE) and ensure quality assurance in both materials and workmanship. The emphasis on preventing counterfeit materials further highlights the importance of sourcing components responsibly. Overall, the SOW aims to maintain the operational efficiency and longevity of crucial naval electronics in service to the U.S. Navy.
    Lifecycle
    Title
    Type
    Similar Opportunities
    D-66 AND D-67 HOUSING ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antennas, with a focus on the specific part number 562R163H01. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the antennas to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These antennas are critical components for military operations, necessitating reliable performance in operational environments. Interested contractors must submit their quotes via email to Christopher Campellone at christopher.campellone.civ@us.navy.mil by the specified deadline, and must also comply with government source approval requirements prior to award.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    ANT ELMT SUB ARRAY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the ANT ELMT SUB ARRAY. This procurement focuses on the repair of antennas, waveguides, and related equipment, with a firm-fixed price structure required for the repair services. The successful contractor must adhere to strict quality assurance standards and provide a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely and efficient service for critical defense operations. Interested vendors should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.
    59--SUPPORT,ANTENNA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of antenna support equipment through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the manufacture and quality assurance of housing components intended for use on Navy submarines, with stringent requirements for design, testing, and inspection to ensure compliance with military standards. The procurement is critical for maintaining operational capabilities within the Navy's fleet, emphasizing the importance of quality and reliability in defense-related equipment. Interested vendors should note that the solicitation has been extended to July 31, 2024, and can reach out to Vladimir Maksimchuk at 215-697-3533 or via email at VLADIMIR.MAKSIMCHUK@NAVY.MIL for further details.
    N0016425SC001 CSO
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.