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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.
    RUGGED,FLAT,PANEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Rugged Flat Panel, under solicitation number N00104-25-Q-LE15. The procurement aims to secure a repair turnaround time (RTAT) of 90 days for the specified item, which is critical for maintaining operational readiness and functionality within naval operations. Interested contractors are encouraged to provide their quotes, including pricing and RTAT, by the close of business on January 5, 2026, and must ensure compliance with all specified quality assurance and inspection requirements. For further inquiries, potential bidders can contact Joseph Weaver at 717-605-1884 or via email at joseph.d.weaver22.civ@us.navy.mil.
    25--PANEL,VEHICULAR OPE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular panels under solicitation number NSN 2510015896199. The requirement includes a quantity of 9 units to be delivered within 163 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These panels are critical components for vehicular equipment, and the contract is expected to generate approximately four orders annually, with a guaranteed minimum of one unit. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    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.
    USCGC Kanawha Dockside Components Blast and Paint
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.
    20--FAIRING STRIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Fairing Strips, a critical component in the Special Hull Treatment Program. The contract requires the manufacture of 1,000 units of Fairing Strips, adhering to stringent quality and inspection standards, including government source inspection and compliance with various military specifications. These Fairing Strips are essential for maintaining the operational integrity of naval vessels, emphasizing the importance of quality and reliability in their production. Interested contractors must submit their proposals by December 1, 2026, and can direct inquiries to Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    NOZZLE SEGMENT,TURB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of a Nozzle Segment for turbine applications through NAVSUP Weapon Systems Support Mechanical. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 125 days, with all repair work adhering to specified quality standards and inspection requirements. This component is critical for maintaining operational readiness in naval turbine systems, underscoring its importance in defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Xavier Kellam at XAVIER.A.KELLAM.CIV@US.NAVY.MIL or by phone at 717-605-1319, with the solicitation details available for review.
    20--TILE,BLANK,24X36
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 7,500 units of TILE, BLANK, 24X36, under solicitation N00104-25-R-XXXX. This contract requires the contractor to manufacture and deliver tiles that meet specific design and quality standards, including compliance with MIL-I-45208 and the provision of a Certificate of Conformance for each item. The tiles are critical components used in naval applications, emphasizing the importance of quality and adherence to military specifications. Interested contractors must have a valid U.S. security clearance and are required to submit their proposals by the revised deadline of November 7, 2025. For further inquiries, potential bidders can contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    Large Blast Booth
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research for a Large Blast Booth to be installed at its Kinston, North Carolina facility. The procurement requires a turn-key solution that includes a blast booth designed to handle aluminum, titanium, magnesium, and stainless-steel dust, with specific features such as a Class 2 Division 1 explosion-proof rating, fire suppression system, dust collection, and ventilation systems, along with necessary training and compliance with various safety standards. Interested vendors must submit their capabilities and comments on the draft statement of work by emailing avnipemarketresearch@dla.mil, with responses due by the closing date listed on SAM.gov. This sources sought notice is for information purposes only and does not constitute a solicitation or commitment by the government.
    DOOR,BREECH ASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of Breech Door Assemblies, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and certification standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. Interested contractors must submit their offers by 4:30 PM local time on February 27, 2026, as per the recent amendment to the solicitation, and can reach out to Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further inquiries.