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 (NSWC) Crane, is seeking qualified small businesses to provide mechanical refurbishment and replacement services for the AN/SLQ-32(V)6 antenna shelter structures. The procurement involves disassembly, abrasive blasting, coating, reassembly, and production of aluminum shelter structures, with a tiered approach for varying levels of refurbishment. This contract is crucial for maintaining the operational readiness of naval equipment, and the government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum of one and a maximum of 125 shelter sets over its duration. Interested parties should note that the solicitation will be issued on November 18, 2024, with a closing date of December 17, 2024, at 4:00 PM EDT, 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 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
    Presolicitation
    Similar Opportunities
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of antennas under the title "59--ANTENNA, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide firm-fixed price or not-to-exceed pricing along with estimated costs for the repair of the specified antenna, with a quantity increase from 8 to 23 units. This equipment is critical for military operations, ensuring reliable communication and operational effectiveness. Interested contractors must submit their proposals by the extended deadline of October 17, 2024, and can direct inquiries to Shannon McNeill at 215-697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL.
    15--CANOPY,MOVABLE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 55 units of a movable canopy, identified by NSN 7R-1560-016227235-QE, from The Boeing Company and SierraCIN Corporation, the only known sources for this item. The procurement is limited to these original equipment manufacturers due to the lack of available drawings or data for alternative sourcing, and interested parties must submit a Source Approval Request if they are not already approved to manufacture this material. This canopy is critical for airframe structural components, and the anticipated award date for this contract is March 2025. Interested organizations are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil within 45 days of the notice publication.
    W56HZV-23-R-0160 Synopsis - ISO Shelters - NSN: 5411-01-295-3433
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), intends to solicit for the procurement of One-Sided ISO Shelters, including a Modular Extendable Rigid Wall Shelter (MERWS) and associated components. This requirement is for a follow-on contract to General Dynamics-Mission Systems, which is being awarded on a sole source basis due to the specialized nature of the equipment and the need to avoid delays in fulfilling agency requirements. The forthcoming solicitation, W56HZV-23-R-0160, will be a one-year, firm-fixed-price contract, and interested vendors are encouraged to submit capability statements or proposals, although the solicitation will not be available for at least 15 business days following this notice. For further inquiries, vendors may contact Lauren DeRoche at lauren.r.deroche.civ@army.mil or by phone at 571-588-9071.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is conducting a Request for Information (RFI) to identify potential vendors for a Multiple Award Construction Contract (MACC) focused on maintenance, sustainment, upgrades, remodeling, and minor construction projects at NSWC Crane and the Lake Glendora Test Facility. The procurement aims to gather insights on the capabilities of contractors to manage comprehensive construction services, including site surveys, hazardous materials management, and adherence to safety and environmental regulations, while ensuring compliance with applicable codes and standards. Interested vendors, both large and small, are encouraged to submit capability statements detailing their relevant experience and qualifications by October 11, 2024, to Aaron Hohl at aaron.m.hohl.civ@us.navy.mil. This RFI is not a solicitation for proposals, and no contract will be awarded from this announcement.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the refurbishment and repair of the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) and related components. The procurement aims to ensure the functional integrity and operational readiness of SubHDR systems on submarines, which are critical for advanced communication capabilities. This contract encompasses a range of services, including depot-level inspections, remanufacturing, engineering support, and spare parts management, with a maximum ordering period of ten years if all options are exercised. Interested contractors must submit their proposals by October 11, 2024, and can contact Nicolas Favreau at nicolas.w.favreau.civ@us.navy.mil or Kristina Michael at kristina.e.michael.civ@us.navy.mil for further information.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole-source repair of an Antenna Assembly, specifically NSN 7R-5985-015874766-P8, from Northrop Grumman Systems Corp. The procurement involves the repair of one unit, with no available drawings or data for alternative sourcing, as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational capabilities, and interested parties must submit their capabilities and qualifications to the primary contact, Jason J. Sklencar, via email by the specified deadlines, with the solicitation expected to be issued on October 14, 2024, and proposals due by November 14, 2024.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.