Abrasive Blast and Painting of Twelve (12) Jet-Blast Deflector (JBD) Panels
ID: N6852025Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Paint and Coating Manufacturing (325510)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Fleet Readiness Center at Naval Air Station North Island, is soliciting quotes for the abrasive blasting and painting of twelve Jet-Blast Deflector (JBD) panels. The procurement involves the refurbishment of panels measuring 14ft x 6ft x 1ft and weighing 2,100 lbs each, which are critical components for naval aircraft operations. This initiative aims to maintain and enhance the operational readiness of military assets, ensuring compliance with specified material and process standards. Interested contractors must submit their quotes by January 10, 2025, and can direct inquiries to Sean Quigley at sean.s.quigley.civ@us.navy.mil or Amanda Taylor at amanda.j.taylor80.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 10:11 PM UTC
The DD Form 1423-1, titled "Contract Data Requirements List," serves as a formal document used in federal government contracts to outline specific data needs related to the provision of goods or services. The form captures critical information such as contract line item numbers, categories of data (Technical Data Package, Technical Manual, or Other), the specific system or item involved, and contractor details. The document emphasizes requirements for data submission frequency, delivery formats, and notable remarks regarding inspections and distribution statements. It also details the process of completing the form, including sections for preparer approval and pricing based on estimated costs for producing data items. The instructions highlight the importance of adhering to formatting standards and legibility. This organized approach ensures contractors understand government expectations regarding data submissions, facilitating compliance and effective communication throughout the contracting process, essential within the framework of federal RFPs and grants. Overall, the DD Form 1423-1 streamlines data management in government contracts, ensuring clarity and succinctness in data requirements.
Jan 8, 2025, 10:11 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense to gather essential data from contractors. It outlines the required deliverables, specifically focusing on a Field Service Report related to JBD Panels for the USS Theodore Roosevelt. Key components include the frequency of submissions, delivery formats (preferably PDF or MS Word), and information on the required inspection and acceptance processes. The form details responsibilities for both government personnel and contractors regarding data preparation, approval, and submission timelines. It also specifies the categorization of data items, ranging from Technical Data Packages to other types. Additionally, contractors must indicate estimated prices for data preparation based on predefined groups, reflecting the complexity and necessity of the data in relation to the contracted effort. This document plays a crucial role in ensuring the proper management and delivery of technical data in compliance with federal contracting requirements, supporting the clarity and efficiency of government-sanctioned projects.
Jan 8, 2025, 10:11 PM UTC
This document outlines details regarding a procurement related to the Department of Defense (DoD), specifically involving the acquisition of two distinct panel assemblies. Each assembly is linked to a unique serialized identifier and includes information such as the Cage code, model number, National Stock Number (NSN), part number, unit acquisition cost, and scheduled delivery date of April 15, 2025. The document indicates the procurement instrument type code as "P," emphasizing a structured process for government contracting. The two items listed are associated with significant unit costs of $441,282.00 and $483,987.00, respectively, reflecting the importance and potential complexity of the materials being procured. The file is structured into distinct sections, detailing both serialized and non-serialized item lists, with all information necessary for the procurement process clearly outlined, ensuring compliance with federal government standards.
Dec 27, 2024, 9:04 PM UTC
The document N6852025Q0007 outlines a solicitation for services related to the refurbishment of twelve Jet Blast Deflector (JBD) Panels for the USS Theodore Roosevelt (CVN 71). The project involves abrasive blasting, painting, and refurbishment, which will be conducted at the Fleet Readiness Center Southwest (FRCSW) in San Diego, CA. It specifies service requirements, technical documentation, supply details, and applicable regulations governing the work. The Statement of Work emphasizes compliance with relevant military maintenance standards and requires a contractor with expertise in the specified tasks. Key personnel include a Contract Specialist, Contracting Officer, and Technical Point of Contact for inspection and oversight throughout the process. The contractor must ensure proper documentation of work performed, conduct inspections, and provide warranties for services rendered. Payment instructions detail the use of electronic invoicing through the Wide Area Workflow system, aligning with federal procurement practices. This solicitation reflects common practices in government RFPs, emphasizing accountability, safety, and adherence to military specifications in defense contracting.
The document is a solicitation (N6852025Q0007) issued by the U.S. Navy for the refurbishment of Jet Blast Deflector (JBD) panels from the USS Theodore Roosevelt (CVN 71). It outlines the contract specifications, which include abrasive blasting, painting, and the overall refurbishment of twelve JBD panels. The work will be performed at the Fleet Readiness Center Southwest in San Diego. Key sections of the document detail the Statement of Work (SOW), emphasizing the scope of refurbishment services and relevant materials and processes that need to be followed. It mandates that the contractor must inspect, repair, and paint the panels in accordance with specific military standards, ensuring compliance with government regulations and requirements. The contract also specifies delivery timelines, inspection protocols, acceptance criteria, warranty periods, and the necessity for proper handling of Government-Furnished Property. The contact details for key personnel involved in the contract management are provided, highlighting the roles of the Contract Specialist, Contracting Officer, and Technical Points of Contact. Overall, this document serves as a formal request for proposals, ensuring that contractors understand the requirements and standards expected by the Navy for the maintenance of critical military equipment.
The document N6852025Q0007 outlines a Request for Proposal (RFP) for refurbishing twelve Jet-Blast Deflector (JBD) Panel Assemblies, specifically from the USS Theodore Roosevelt. The deadline for proposals has been extended to January 8, 2025. The scope includes abrasive blasting and painting services, with detailed specifications requiring compliance with various Military and Navy directives. The contractor must ensure thorough knowledge of the equipment and is responsible for the pickup and delivery of the Government-Furnished Property (GFP) within an 85-mile radius of the Fleet Readiness Center Southwest in San Diego. Inspection and acceptance protocols are defined, stipulating guidelines for quality assurance and a requirement for detailed reporting upon project completion, including a Field Summary Report and a Certificate of Completion. A warranty period of twelve months post-service is also mandated. The document emphasizes the need for strict adherence to regulations and provides contact information for government representatives overseeing the contract.
Jan 8, 2025, 10:11 PM UTC
This document is an amendment to a federal solicitation under Contract ID N6852025Q0007, issued by the COMFRC Procurement Group at Patuxent River, MD. The amendment, recorded as Modification No. 0002, changes the response due date from January 8, 2025, at 5:00 PM to January 10, 2025, at 5:00 PM. The purpose of this modification is to extend the deadline for offers, which must acknowledge the amendment to remain valid. The document outlines the required actions for contractors in response to the amendment, including possible methods of acknowledgment. The contracting officer and contact information for further inquiries are included, ensuring clarity and communication with interested parties. Overall, this amendment serves to facilitate broader participation in the solicitation process by providing an extended timeframe for offer submissions.
Jan 8, 2025, 10:11 PM UTC
The document is a Request for Quotations (RFQ) by the Fleet Readiness Center at NAS North Island for the refurbishment of Jet-Blast Deflector (JBD) Panels. It outlines the specifications for inspecting, abrasive blasting, painting, and refurbishing twelve JBD panels from the USS Theodore Roosevelt. The RFQ includes guidelines for delivery, inspection, and acceptance, with particular emphasis on adherence to specified material and process standards. The contractor is responsible for managing the refurbishment process, including initial inspections and post-refurbishment reporting to the Technical Point of Contact (TPOC). Procurement information is detailed, including the submission of quotations, contract administration details, and environmental compliance. The RFQ also mentions clauses and certifications that the contractor must follow, ensuring that all materials meet regulatory standards for the procurement process. Overall, this RFQ represents the government's initiative to maintain military assets effectively and sustainably through specified contractual obligations and procedures.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
15--PANEL,STRUCTURAL,AI- AND SIMILAR REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of structural panels, identified by NSNs 7RH 1560 016788216 E7 and 7RH 1560 016788683 E7, with a total quantity of two units. These panels are critical components used in aircraft, emphasizing the importance of quality and compliance with government standards, as they require prior government source approval for award consideration. Interested vendors must submit their quotes via email to Peter Kobryn at peter.kobryn@navy.mil, ensuring all necessary documentation is included to meet the source approval requirements, with a focus on timely delivery to support fleet operations. The solicitation details and additional requirements can be found in the NAVSUP WSS source approval brochure available online.
Sandblasting and Painting Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sandblasting and painting services for vehicles and Aerospace Ground Equipment (AGE) at Seymour Johnson Air Force Base in North Carolina. The procurement aims to ensure high-quality maintenance and repainting services, requiring the contractor to supply all necessary labor, tools, and materials while adhering to safety regulations and OEM standards. This opportunity is particularly important for maintaining operational readiness and compliance with government specifications for vehicle and equipment management. Interested parties should direct inquiries to Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, with the understanding that this is a Sources Sought notice for planning and market research purposes only, and not a request for quotes.
80--SEAM FLR HULL21 PTA - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of various sealing compounds and coatings, including the SEAM FLR HULL21 PTA and other replacement parts. The contract encompasses multiple line items with specific quantities and National Stock Numbers (NSNs), requiring engineering source approval to ensure quality and compliance with military standards. These materials are critical for maintaining the integrity and performance of naval vessels, particularly submarines and surface ships, emphasizing the importance of quality assurance and adherence to strict packaging and inspection protocols. Interested vendors must submit their quotes to Steve Smithey via email at STEVE.SMITHEY@NAVY.MIL, with a requirement for a valid U.S. security clearance due to the classified nature of the solicitation. The deadline for quote submission and further details can be clarified by contacting the provided email address.
Paint Spray Booth
Buyer not available
The Department of Defense, through the Air Force 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB, Texas, is seeking quotations for a Paint Spray Booth, including installation and training services. The procurement is a competitive, 100% Small Business Set-Aside under NAICS code 423830, aimed at acquiring one unit of a specified brand or equal product to enhance operational capabilities at the facility. This solicitation emphasizes compliance with safety and environmental standards, requiring vendors to provide detailed technical specifications and adhere to federal regulations. Interested parties must submit their quotes by April 10, 2025, and direct any inquiries to Contracting Officer Nicholas Fyffe at nicholas.fyffe.4@us.af.mil or Contract Administrator Lydia Carlton at lydia.carlton@us.af.mil.
J--Preventative and Remedial Maintenance of Pauli Systems, Inc. Strip and Paint Facility
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking ongoing preventative and remedial maintenance for a Pauli Systems, Inc. portable/mobile paint and media blast booth and RAM 21C-2 (Dry Striping Machine) located at Marine Corps Air Station (MCAS) Futenma, in Ginowan, Okinawa, Japan. The period of performance is tentatively from 27 May 2019 to 26 May 2020 with four one-year option periods. The acquisition will be negotiated on a basis of other than full and open competition as Pauli Systems, Inc. is the only qualified contractor with access to the technical data needed. The solicitation will be posted to the NECO website on or about 14 May 2019 with proposals due by 17 May 2019. A Firm-Fixed Price, Service type contract will be awarded in accordance with FAR parts 12 and 13, Commercial and Simplified Acquisition Procedures.
SPE4A8-25-Q-0060 - P1 PLATING LINE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole source solicitation for a P1 Plating Line, requiring one unit with a project completion timeline of 365 days after receipt of order (ARO). This procurement will include a comprehensive technical data package (DLA-A-VIBB 24-13-1003) that outlines the necessary design, fabrication, installation, and equipment for plating processes. The solicitation, identified as Request for Quote SPE4A8-25-Q-0060, is anticipated to be released in May 2025 and will follow FAR 13.5 procedures, resulting in a Firm, Fixed Price Contract. Interested vendors can submit offers via mail, email, or the DLA Internet Bid Board System (DIBBS), with detailed submission instructions provided in the addendum. For further inquiries, contact Chanel Green at Chanel.Green@dla.mil or Chanda Tyler at chanda.tyler@dla.mil.
PLATE, ABRASIVE DECK, .375" THK TY C, CL 3, STYLE 1, FLAT BACK, RR-T-650E
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime-Portsmouth), is soliciting quotes for the procurement of abrasive deck plates, specifically aluminum plates measuring .375" thick, classified under RR-T-650E standards. This procurement is set aside exclusively for small businesses, with a total quantity of 40 units required for delivery by June 1, 2025, emphasizing the importance of compliance with various federal regulations, including FAR and DFARS provisions. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and all interested vendors must be registered in the System for Award Management (SAM) to be eligible for consideration. Quotes must be submitted by May 5, 2025, to Jannell Moriarty at jannell.moriarty@dla.mil, with additional submissions to DLA-KME-QUOTATIONS@DLA.MIL.
SANDBLAST AND POLYURETHANE APPLICATION FOR STEEL TABLES, US COAST GUARD CAMP LEJUNE, NC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for sandblasting and polyurethane application services for twelve steel tables at the Special Missions Training Center in Camp Lejeune, North Carolina. The objective is to prepare these tables for outdoor and industrial use by enhancing their resistance to rust, corrosion, and wear through thorough preparation, sandblasting, and a smooth application of a 3mm polyurethane coating. This procurement is crucial for maintaining equipment essential to the Coast Guard's operations, ensuring high-quality maintenance services are provided. Interested small businesses must submit their bids via the Unison Marketplace by May 7, 2025, and can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
28--NOZZLE,TURBINE,AIRC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of turbine nozzles under the contract titled "28--NOZZLE, TURBINE, AIRC, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 108 days, ensuring that all repairs meet the operational and functional requirements as specified in the contract. This opportunity is critical for maintaining the functionality of aircraft engines, which are vital for national defense operations. Interested contractors should submit their quotes, including pricing and capacity constraints, to Kelsey Gring at KELSEY.GRING@NAVY.MIL or by phone at 717-605-1089, with the solicitation details available for review.