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
Large Plastic Media Blast Booth
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify potential vendors for the procurement of a Large Plastic Media Blast Booth, which is essential for the mechanical removal of corrosion and surface preparation of aircraft components at the Fleet Readiness Center Southwest in San Diego, California. The procurement includes not only the booth itself but also turnkey services such as tooling, training, technical data, installation, and the removal of existing equipment, all while adhering to stringent safety and environmental standards set by federal regulations. Interested parties are invited to submit their capabilities and comments on the draft purchase description by April 4, 2025, with responses to be emailed to avnipemarketresearch@dla.mil. This sources sought notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
16--JETTISON PANEL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of jettison panels as part of a Foreign Military Sales (FMS) spares purchase. This requirement is classified as a sole source procurement, indicating that the government lacks sufficient data to consider alternative sources, and thus, only approved sources may submit proposals. The jettison panels are critical components for aircraft operations, necessitating government source approval prior to award, and interested vendors must provide the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For inquiries, potential bidders can contact Kate Schalck at 215-697-1020 or via email at kate.n.schalck.civ@us.navy.mil.
Paint Spray Booth
Buyer not available
The Department of Defense, specifically the Air Force 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB, Texas, is seeking quotations for the procurement of a Paint Spray Booth, including installation and training services. The solicitation is a competitive, 100% Small Business Set-Aside under NAICS code 423830, and requires vendors to provide one brand name or equal Paint Spray Booth that meets specified technical requirements, including safety features and compliance with environmental standards. This equipment is crucial for ensuring safe and efficient painting operations within military facilities. Interested vendors must submit their quotes by April 10, 2025, and are encouraged to 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.
49--BLAST CLEANING ROOM
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of a Blast Cleaning Room, identified by NSN 4940016997014. The requirement includes the delivery of one unit to the New Jersey Air National Guard, with a delivery timeline of 20 days after order placement. This equipment is crucial for maintenance and repair operations, ensuring the readiness and operational efficiency of military assets. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
Repair of Various Panels
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for various aircraft panels under solicitation number 70Z03825QH0000057. The procurement involves the repair of control panels and panel assemblies associated with military equipment, including cursor control panels and air conditioning control panels, with quantities ranging from 1 to 4 units per line item. This initiative is crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring compliance with federal regulations and standards. Interested parties must submit their quotations by April 15, 2025, at 12:00 PM Eastern Standard Time, with anticipated contract awards occurring around April 18, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.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.
FY23 T-6 Aircraft Conditional Inspection & Strip and Repaint
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified contractors to provide Conditional Inspection and Strip and Repaint services for T-6A and B aircraft. The procurement aims to support the Chief of Naval Air Training by ensuring the aircraft undergo necessary inspections and maintenance to maintain airworthiness, particularly focusing on corrosion treatment and repair, which are critical for operational integrity. The contract is anticipated to be awarded in the second quarter of FY 2024, with a base performance period of six months and options for two additional years. Interested parties should respond to the Sources Sought notice by April 22, 2025, and can contact Casey Bacon or Lauren Martz for further information.
49--BLAST CLEANING ROOM
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of a Blast Cleaning Room, identified by NSN 4940016997014. The requirement includes the delivery of one unit to FB4654 434 LRS LGRS within 20 days after award, with the approved source being 7M9Y6 BR-100-000. This equipment is crucial for maintenance and repair operations, ensuring the effective cleaning of components in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
PANEL, STRUCTURE, AI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the B-52 Stratofortress aircraft. The contract involves the delivery of 12 units of the specified panel, identified by NSN 1560-017073598, with a production timeline of 480 days. These components are critical for the aircraft's operational capabilities, and the procurement is classified as unrestricted, allowing for a wide range of suppliers to participate. Interested vendors must submit their proposals to Jenier Mitchell via email at jenier.mitchell@dla.mil, with the solicitation expected to be issued around March 22, 2025. Past performance will be evaluated as part of the selection process, and all submissions must comply with the solicitation requirements available on the DLA Internet Bid Board System.
80--EPOXY PAINT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Epoxy Paint, Navy Formula 186, Type I, under the NAICS code 325510. This procurement involves the manufacture and supply of a specialized paint that meets military specifications, including First Article Testing and Production Lot Testing requirements to ensure compliance with quality standards. The paint is crucial for use on submarines and surface ships, emphasizing the need for materials that are free from mercury contamination and meet stringent military specifications. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Abigail Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil.