COMPETITIVE – TR-343 Transducer Boot Assemblies
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Jul 16, 2024 01:55 pm EDT
- Original Published Date: May 01, 2024 02:43 pm EDT
- Updated Response Date: Jul 16, 2024 08:00 pm EDT
- Original Response Date: May 16, 2024 04:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Jul 17, 2024
- Original Inactive Date: Jun 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5845 - UNDERWATER SOUND EQUIPMENT
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
N0016424RGP82 – COMPETITIVE – TR-343 Transducer Boot Assemblies – PSC 5845 – NAICS 334511
Issue Date: 01 May 2024 – Closing Date: 16 May 2024 – Time Eastern
Naval Surface Warfare Center (NSWC) Crane has a requirement for the procurement of transducer boot assemblies/machined head mass to be conformed to boot assemblies, which are used in the production of the TR-343 Sonar Transducers. The Boot Assembly is a critical component of the TR-343 Transducer used in the AN/SQS-53C Hull Mounted Sonar Array Subsystem for the AN/SQQ-89(V) Acoustic Sonar Weapons (ASW) System. The Boot Assembly works in conjunction with the ceramic stack assembly to provide the required piezoelectric characteristics to produce mechanical motion in the water for generation of sonar signals when a large voltage is applied. At completion, the final TR-343 Transducer Boot Assembly product shall conform to Boot Assembly Drawing 7344008 and pass performance criteria as verified by First Article Testing. A solicitation will be issued pursuant to the procedures in FAR Subpart 19.5 and 6.203 as Small Business Set Aside. Delivery is required FOB Destination The contract is anticipated be a 5-Year, Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) Contract.
The solicitation will be made available posted on https://sam.gov. A solicitation is not yet available, but is expected to be available post this synopsis shorty after. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/. For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award.
Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted.
Questions or inquiries should be directed to Jessica Sanders, Code 0221, e-mail jessica.a.sanders26.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Jessica Sanders
- jessica.a.sanders26@us.navy.mil
Secondary Point of Contact
History
- Sep 29, 2024 11:55 pm EDTSolicitation (Original)
- Jul 17, 2024 11:55 pm EDTPresolicitation (Updated)
- Jun 30, 2024 11:55 pm EDTPresolicitation (Original)