Public tender

61--MOTOR

This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.

Source ID: ecd78e56364e487e9300c78b1176cf37

PublishedUnited States

Scope overview

NSN 7H-6105-016492592-X3, TDP VER 001, QTY 2 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002. 1.THIS REQUIREMENT IS FOR THE MANUFACTURE OF QTY 2 EA MOTOR, NSN 7HH 6105 01-649-2592 X3, P/N 845-8219356 IAW THE IRPOD/TDP. THE REQUIRED DELIVERY IS 600 DAYS AFTER THE DATE OF CONTRACT. 2.THE SOLICITATION NUMBER IS N00104-25-R-BZ14.

TO OBTAIN A COPY OF THE SOLICITATION, CONACT THE CONTRACT SPECIALIST LISTED BELOW AND PROVIDE YOUR CAGE CODE. THOMAS FALCONE EMAIL: THOMAS.M.FALCONE.CIV@US.NAVY.MIL PHONE: (564) 230 - 2219 3.ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH SHALL BE CONSIDERED IF IT IS SUBMITTED WITH THE REQUIREMENTS OF THE SOLICITATION.

4.IN ORDER FOR YOUR OFFER TO BE CONSIDERED, YOU MUST SUBMIT THE ENTIRE RFP COMPLETED AND SIGNED, PRIOR TO THE CLOSING DATE/TIME LISTED ON THE RFP. 5.NECO OFFERS WILL NOT BE ACCEPTED. 6.GOVERNMENT SOURCE INSPECTION IS REQUIRED.

7.TECHNICAL DOCUMENTS ASSOCIATED WITH THIS SOLICITATION, SUCH AS DRAWINGS, INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD), STRS, AND OTHER PROCUREMENT RELATED DOCUMENTS MAY BE OBTAINED AT: HTTPS://LOGISTICS.UNNPP.GOV/ THIS WEBSITE REQUIRES A PASSWORD AND PRE-REGISTRATION. PLEASE CONTACT THE E-COMMERCE HELP DESK AT 518-395-4357 TO REGISTER OR FOR HELP LOGGING INTO THE WEBSITE.

A HARD COPY OF THE IRPOD AND/OR DRAWINGS WILL NOT BE MAILED TO YOU. 8.ONE OR MORE ITEMS UNDER THIS ACQUISITION MAY BE SUBJECT TO AN AGREEMENT ON GOVERNMENT PROCUREMENT APPROVED AND IMPLEMENTED IN THE UNITED SPATES BY THE TRADE AGREEMENTS ACT OF 1979. ALL OFFERS SHALL BE IN THE ENGLISH LANGUAGE AND IN U.S. DOLLARS. ALL INTERESTED SUPPLIERS MAY SUBMIT AN OFFER.

9.BASED UPON MARKET RESEARCH, THE GOVERNMENT IS NOT USING THE POLICIES CONTAINED IN FAR PART 12, ACQUISITION OF COMMERCIAL ITEMS, IN ITS SOLICITATION FOR THE DESCRIBED SUPPLIES OR SERVICES.

StatusPublished
CountryUnited States
Publish dateDec 10, 2025
Submission deadlineJan 9, 2026
Estimated value
BuyerDEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP WEAPON SYSTEMS SUPPORT.NAVSUP WSS MECHANICSBURG.NAVSUP WEAPON SYSTEMS SUPPORT MECH
CityMECHANICSBURG

Buyer & contacts

Contacts available
3 fields (name, email, phone, organization) are unlocked for subscribers.
Unlock details
Contact name
LockedSubscribe to view
Email
LockedSubscribe to view
Organization
LockedSubscribe to view

Similar tenders

United StatesOtherPublished

CONTAINER,SHIPPING

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1 EA|365 DAYS AFATA|0001AB|1 LO|180 DAYS ADO||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||TBD| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|332439|500||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| THIS AMENDMENT IS BEING ISSUED TO EXTEND THE SOLICITATION PERIOD. THIS SOLICITATION IS HEREBY EXTENDED UNTIL 26 DECEMBER 2025. ALL PROPOSALS MUSTBE SUBMITTED PRIOR TO THIS CLOSING DATE. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ THIS PROCUREMENT HAS BEEN SET ASIDE FOR SMALL BUSINESS. This item requires engineering source approval by the design activity in order to maintain the quality of the part. If you have not manufactured this item before for DLA Aviation Philadelphia and want to become an approved source of supply,please contact the buyer to inquire about Source Approval Request procedures. \ 1. SCOPE 1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 Container shell material is ;Aluminum; . 1.3 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;BUYER ON PAGE 1 OF CONTRACT; or code N241.10 1.4 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Champion Company; drawing number ( ;94231; ) ;20140; , Revision ;latest; and all details and specifications referenced therein. 1.5 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.6 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS DRAWING DATA=DL20140 |94231| | |D| | | | DRAWING DATA=15930 |80132| C| |D| | | | DRAWING DATA=20140 |94231| | |D| | | | 3. REQUIREMENTS Contact the contracting officer listed on page 1 block 5 of the contract for test facility location. 3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment. 3.2 At faying surfaces, discontinuous welds, or other areas where atmospheric liquids may be retained by capillary action, the crevice shall be sealed using Sealing Compound MIL-S-81733 or equivalent. 3.3 Reference to Cadmium plating shall be deleted and the following substituted: "Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3." 3.4 The shock mount listed in the drawing package (whether identified as sole source, recommended, or suggested) has been tested and approved for the shock mitigation system of this container. No other shock mount may be substituted without written permission of Naval Inventory Control Point, Philadelphia unless an alternate is specifically indentified in this contract. ;No other mount; is an approved alternate mount. All containers must be affixed with a nameplate that includes a Unique Identification (UID) marking as referenced in the drawing package Drawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractor shall contact NAVICP code ;BUYER ON PAGE 1; or code 0771.10 for the alphanumeric sequential serial number group that makes up part of the UID. The UIDwill be included on the nameplate in data matrix format. 3.5 Welding and welder qualifications shall be in accordance with AWS D1.1 for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3 for sheet steel and AWS D1.6 for stainless steel. Proper controls shall be used to prevent melt through or burn through. For aluminum, filler for welding 6061 alloy shall be 4043: filler for welding 5000 series alloys to themselves or to 6061 shall be 5356 or 5556. In addition,welding and weld inspection shall include: (1) Visual inspection shall include 5X (5power) magnification when a suspect condition is to be examined beyond the capability of normal vision. (2) Critical and major welds may be subjected to further non destructive testing (such as dye penetrant inspection)as prescribed by the buying activity. (3) Proper documentation shall be available for review by Government personnel. 3.6 WORK INSTRUCTIONS. Work instructions shall be posted at theoperator's work station giving procedures to control the welding process, i.e., filler material, weld size, electrical and gas characteristics, including flow rate. 3.7 MATERIALS AND MATERIALS CONTROL. The quality program shall assure that the materials used in fabrication or processing, i.e., base metals and weld filler material, be inspected and conform to the applicable physical, chemical and other technical requirements (supplier's certification is sufficient). 3.8 CONTROLS. Weld filler materials shall be clearly identified and segregated from each other both when in storage and at the work station. Work station environment shall be controlled to prevent conditions adverse to proper gas shielding. 3.9 CLEANING. Parts to be welded shall be cleaned to remove surface soils such as oils, waxes, grease, inks, etc. except that uninhibited alkaline solutions such as sodium hydroxide shall NOT be used. 3.10 DEOXIDIZING. The cleaned parts shall be chemically deoxidized NO MORE THAN 10 DAYS PRIOR TO WELDING to remove thick surface oxide films. (If the material or work is exposed to an outdoor environment, this time limit shall be reduced to a maximum of 3 days, to account for atmospheric effects.) Mechanical cleaning methods shall be applied just prior to the actual start of welding, to remove any reoxidation or residual thin oxide films. 3.10.1 CHEMICAL TREATMENT. An acid deoxidizing treatment shall be applied by either immersion or brushing/wiping. Deoxidizers acceptable for use shall include nitric acid, sulfuric chromic, phosphoric chromic, or equivalent solutions. Sodium hydroxide solutions shall not be used. Care shall be taken to assure 100% solution coverage of the area to be welded. To allow an adequately sized deoxidized area for good welding, the solution shall be applied to an area extending at least 2 inches from the weld site, or ending at any closer adjacent edge. 3.10.2 MECHANICAL MEANS. Immediately prior to welding, mechanical cleaning methods shall be applied to the weld areas previously chemically treated to assure removal of residual or reformed oxides, if any. Acceptable methods of mechanical cleaning include stainless steel wire brushing, scraping, filing, or sanding. However, abrasives containing iron and its oxides, steel wool and wire, and copper alloy based wire, which may become embedded with galvanically active metals and accelerate corrosion of aluminum alloys shall NOT be used. Mechanical methods shall be vigorous enough to adequately remove any residual oxide films, but gentle enough to avoid forming an excessively rough surface in the comparatively soft metal underneath. Welding and welder qualifications shall meet current AWS D1.2 standards. Additionally, cleaning preperations shall be in accordance with MIL-C-5541 and the cleaning paragraph located in the welding requirements section of the contract When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11" X 17"), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First Article. Contact code ;BUYER FOUND ON PAGE 1 OF THE CONTRACT; or code N241.10 to arrange for First Article Test location If serial numbers are required for this contract. Each container shall be assigned a serial number, with the first on the contract being "0001," then "0002," and so on. If a nameplate drawing exists that establishes an acronym convention, the serial numbers will replace the "XXXX." If an acronym has not been explictly defined, the acronym placeholder may be omitted from the serial number line, leaving only the four-digit serial number. 4. QUALITY ASSURANCE 4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.1.1 Dimensional test (special) ;to drawing (94231) 20140 and subdrawings is applicable; 4.1.2 Requirements of: ;to drawing (94231) 20140 and subdrawings is applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies; 4.1.5 Function ;per 100% production leak test; 4.1.6 Compliance with drawing ( ;94231; ) ;20140; , Revision ;latest; and specifications referenced therein. 4.2 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements. 4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing. 4.4 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;$12,000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.5 Disposition of FAT samples 4.5.1 ;zero; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;all; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. ;N/A; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.6 Test Sample Coating Instructions 4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers. 4.7 FAT Approval Criteria 4.7.1 FAR 52.209-4 applies (A) The contractors shall deliver ;one(1); ; unit(s) of the following CAGE ( ;94231; ; ) Part Number ;20140; ; , Revision ;latest; ; within ;120; ; calendar days from the date of this contract to the Government at ;Contact BUYER on page 1 for test location; ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: "FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: "DO NOT OPEN IN MAIL ROOM". Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;120; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract (F) Unless otherwise provided in the contract, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 4.8 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on Waiver of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date of Contract:__________ 4.9 100% PRODUCTION LEAK TEST. Each container, uninstrumented and without dummy load, shall be raised to a height of 18 inches and allowed to fall freely to a concrete or similarly hard surface, landing flat on its base. The container shall then be prepared for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. The pneumatic-pressure technique of method 5009 of Federal Test Method Standard No. 101C shall be used to detect leakage. An initial pressure setting equal to 1.0 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric pressure) shall be cause for rejection. WARNING Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel. ALL COSTS AND RESPONSIBILITIES RELATED TO FIRST ARTICLE TEST SUBMISSION AND CONTAINER SHIPMENT TO AND FROM THE FIRST ARTICLE TEST FACILITY BELONG TO THE CONTRACTOR First Article Testing (FAT) performed by the designated test facility shall include: - A visual and dimensional inspection performed in accordance with drawing package (94231)00201400000. - Initial Leak Test: An air pressure fitting shall be installed in place of oneof the container's inspection ports. The container shall be pressurized to 1.00 +/- 0.05 psig. Allow the container to stabilize for 30 minutes. After the stabilization period, the pressure shall be monitored for 30 minute. Any pressure loss in excess of 0.05 psi shall be cause for rejection. - 18-inch Free Fall Drop Test: The loaded container shall be raised to a heightof 18 inches in a horizontal attitude. It shall be released from a drop hook, free falling flat on the base to an unyielding surface. Any cracked welds, deformation, or damage to the container shall be cause for rejection. - Final Leak Test: This test to be performed in the same manner as previously- Form and Fit Check (actual item): The end-item shall be placed in thecontainer using the installation instructions provided. Any inadequacies, fitissues or interferences shall be noted and recorded. The government isresponsible to provide an item to perform the form and fit test. An item maybe shipped to the FAT facility location or, if the end-item cannot be moved,the FAT container may be shipped to an external location. (NIIN:01-589-7584) or equivalent (F condition is preferred) to the assigned First Article Test site upon request from N241 Engineering in order tocomplete First Article Testing in accordance with the terms of this contract.If item is unable to be sent to the test site, the container may be sent toitem location with proper coordination. NAVSUP Supply Planner should contactNAVSUP WSS N241 Engineering for test site Point of Contact.. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE

Published: Dec 10, 2025Deadline: Dec 26, 2025ID: edab7078a8614c0f8d732b1891c3ad8b
United StatesOtherPublished

USCGC Sturgeon Bay MPCMS Grooming

This is for informational purposes only. This has been awarded VIA JOTFOC UNITED STATES COAST GUARD CUTTER STURGEON BAY (WTGB-109) ENGINEERING DEPARTMENT Scope of Work MPCMS Grooming – 140-ft Icebreaking Tug POP: 05-09 JAN 2026 1. Purpose Provide contractor services to inspect, groom, and verify proper operation of the Machinery Plant Control – Monitoring System (MPC-MS) aboard Coast Guard Cutter STURGEON BAY (WTGB-109). All work shall support operational readiness and be conducted IAW Coast Guard engineering policy and cutter requirements. 2. Required Contractor Actions • Conduct a full-system inspection of MPC-MS hardware, PLCs, HMIs, sensors, and all communication paths. • Perform grooming tasks including reseating connectors, tightening terminations, correcting wiring discrepancies, eliminating false alarms, and ensuring proper labeling. • Verify correct operation of monitored propulsion systems, auxiliary equipment, tank levels, steering/hydraulic readouts, and alarm annunciation. • Calibrate temperature, pressure, and level sensors using certified and traceable calibration equipment. • Install approved software/firmware updates with PL/EPO authorization. 3. Testing Requirements • Conduct operational testing across propulsion, electrical generation, auxiliary systems, and safety monitoring. • Validate alarm setpoints, annunciation, communications integrity, and correct event logging. • Confirm accurate data reporting to all MPCMS HMIs and operator stations. 4. Deliverables • Written MPCMS Grooming Report detailing inspections performed, discrepancies identified, corrective actions, and future recommendations. • Calibration certificates and updated system documentation, as applicable. • List of replaced components including part numbers and serial numbers. 5. Coordination Contractor shall coordinate all work directly with the Engineer Petty Officer (EPO), ensuring system outages are scheduled and cutter readiness is maintained. 6. Completion Criteria Work will be considered complete when: • No unresolved MPCMS faults remain • All alarms function properly • All calibrated sensors meet required tolerances • Updated documentation is submitted • EPO signs off on system performance 7. UNIT POC: MKCM Thaddeus Brandt Engineer Petty Officer CGC Sturgeon BAY 85 PORT TERMINAL BLVD, SLIP 3 BAYONNE, NJ 07002 US 201-912-7910

Published: Dec 9, 2025Deadline: Dec 15, 2025ID: f88c3552c94d45f89d38ccd9ca8a512b
United StatesOtherPublished

National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)

9 December 2025: This notice has been updated to extend the proposal due date to 1500 Pacific Time on Thursday, 22 January 2026. See Amendment 1 to the RFP for further updates and instructions. ------------------------------------------------------------------------------ This is a REQUEST FOR PROPOSAL (RFP) for the Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp. A. Overview The United States Space Force (USSF), Space Systems Command (SSC), National Security Space Launch (NSSL) Program Operational Imperative is to deliver national security space capability to the warfighter. The NSSL Phase 3 Lane 1 approach to meet this Operational Imperative is to provide assured access to space to the integrated space architecture at affordable prices. The Phase 3 Lane 1 acquisition consists of multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts. Lane 1 launch services will be procured via launch service task orders (LSTOs). Lane 1 provides awardees who can meet a subset of the NSSL requirements the opportunity to compete for ~30 missions via annual task order competitions. The NSSL program has implemented a tiered mission assurance approach that inherently accepts a higher risk to mission success to address mission specific needs. B. NSSL Phase 3 Lane 1 FY26 On-Ramp • For this FY26 on-ramp, the Government intends to competitively award multiple award IDIQ contracts. These IDIQ contracts will have a three (3)-year basic ordering period and a 5-year option ordering period. The Government will reopen the original IDIQ solicitation on an annual basis to on-ramp emerging providers. • As stated in Attachment 9, Evaluation Criteria, of the FY26 On-Ramp RFP, Offerors must comply with the U.S. Commercial Provider definition of the Commercial Space Act of 1998, Title II P.L. 105-303. Sec. 2(8)(A) defines US Commercial Provider as organized under the laws of the United States and is more than 50% owned by United States nationals. See also Sec. 2(2) and Sec. 2(8) of the Act. • The FY26 On-Ramp RFP is attached to this notice. Sensitive RFP documents will be provided via DoD SAFE. Potential offerors must contact the Contracting Officer, Kirsten Prechtl, and courtesy copy the Contract Specialist, Nicole Balestreri, listed in this notice to receive the sensitive RFP documents. • Proposals are due by 1500 Pacific Time on Monday, 22 December 2025. C. NAICS Code The NAICS code and size standard are 481212 and 1,500 employees, respectively. Small Businesses interested in subcontracting opportunities are encouraged to contact the launch service providers directly. SSC’s Small Business POCs can be reached at smallbus@spaceforce.mil. D. Questions Questions concerning the RFP must be directed to the Contracting Officer, Kirsten Prechtl, and courtesy copied to the Contract Specialist, Nicole Balestreri, listed in this notice. E. Upcoming Launch Services Fair Opportunity Proposal Requests (FOPRs) The Government intends to release draft FOPRs in 2nd quarter FY26. The Government projects release of the final FOPRs in 3rd quarter FY26.

Published: Dec 9, 2025Deadline: Jan 22, 2026ID: f991badf321440bf8abd3972bc5c9e87
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.