The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the items listed below. The required items are for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
The Contract Line Items (CLINs) are as follows:
CLIN 0001-51630151- SENTINEL CONTROLLED PROPOSTIONER PACKAGE,
DESIGNED TO CLEAN TUBES IN CUSTOMER SPECIFIC
SEAWATER CONDENSERS- FULLY AUTOMATED PN CUST-PROP-DBP-SENTINEL
QUANTITY: 1 EA
CLIN 0002- 51630152- ASSY, AUTOBOX 1LS SENTINEL ENABLED TRACTOR, DUAL BELT, 300 FREE SPEED MOTOR PN ABXS-1L-300
QUANTITY: 1 EA
CLIN 0003-51630153- UNIVERSAL CAMERA SYSTEM, US (INCLUDES
CASE) PN CAM-UNI-US
QUANTITY: 1 EA
CLIN 0004-51630154 -CUSTOM 4/2 HOSE: 9/16-18 SS TYPE-M X 1/16-27 NPT, 50FT OAL PN CUST42HOSE50FT
QUANTITY: 2 EA
TECHNICAL ORDERING DATA SPECIFICATIONS for JML 51630151-0154 Sentinel Controlled
ProPostioner Package
1. SCOPE OF WORK:
1.1. Procurement of a 774 Positioning Systems for Seawater Condenser Hydro lance cleaning on
SSN’s.
2. EQUIPMENT DESCRIPTION:
2.1. The equipment shall consist of a 774 Positioning Systems for Seawater Condenser Hydro lances
tube cleaning in confined locations with limited mobility on SSN’s.
3. SALIENT CHARACTERISTICS:
3.1. Contractor shall Provide Sentinel Controlled ProPostioner Packages, designed to clean Tubes in
SSN specific seawater condensers that is fully automated. Equipment shall include upgrades
that were incorporated to the initial positioning system sent to PHNSY in October 2024: Air
Blast for Camera Lens, Check Valve at Dump Valve, Brushes within Snout and T-valve for water
evacuation from Snout with the following characteristics:
3.1.1. Each 774 Positioning System includes:
3.1.1.1. One (1) each - Custom Radial Positioner (Includes Radial Gearbox with Air
motor, Linear Drive Motor with Gear, Air motor and Stainless-Steel Waterblast
Shotgun Mount)
3.1.1.2. One (1) each - Custom Guide Tube Assembly
3.1.1.3. One (1) each - Aluminum Drive Rail with Gear Slots to Accommodate the Linear
Drive Function
3.1.1.4. One (1) each - Custom Tube sheet Mount for Positioner with appropriately sized
Expansion Plugs
3.1.1.5. One (1) each - Custom Snout Assembly
3.1.1.6. One (1) each - Custom Hose Containment System,
3.1.2. Sentinel Automation:
3.1.2.1. One (1) each - Power Supply 12v AC
3.1.2.2. One (1) each - Controller Assembly
TECHNICAL ORDERING DATA SPECIFICATIONS for JML 51630151-0154 Sentinel Controlled
ProPostioner Package
3.1.2.3. One (1) each - Power Cable, 25FT
3.1.2.4. One (1) each - LWPS Positioner Cable Assembly
3.1.2.5. One (1) each - Power Hub Assembly
3.1.2.6. One (1) each - Speed and Direction Sensor Assembly
3.1.2.7. One (1) each - Custom Spur Gearbox Plate and Cover
3.1.2.8. One (1) each - Storage Chest
3.1.3. One (1) each - ABXS-1L-300 Assembly, Autobox 1LS Sentinel enabled tractor, dual belt,
300 free motor speed
3.1.4. One (1) each - CAM-UNI-US universal camera system, US - shall include case
3.1.5. Two (2) each - CUST-4/2 Hose, 50ft - Custom 4/2 Hose: 9/16-18 SS Type-M x 1/16-27
NPT, 50ft OAL
4. Nameplate (IUID tag): A nameplate shall be permanently and securely attached to each machine,
the information provided on the plate shall be as listed below
4.1. Nomenclature
4.2. Manufacturer’s name
4.3. Manufacturer’s model designation
4.4. Manufacturer’s serial number
4.5. Power input (volts, total amps, phase, frequency)
4.6. Date of manufacture
5. QUALITY ASSURANCE:
5.1. Manufacturer shall perform testing at the manufacturing facility. NNSY reserves the right to be
present to witness operational testing.
6. TRAINING:
6.1. Contractor shall host deck plate team (6-8 personnel) at headquarters in Durango, CO, after
manufacturing is complete for a no cost hands-on familiarization session (2-3 days, informal)
with the equipment and its operation
TECHNICAL ORDERING DATA SPECIFICATIONS for JML 51630151-0154 Sentinel Controlled
ProPostioner Package
7. OPERATOR / MAINTENANCE / REPAIR MANUALS:
7.1. Electronic Copy of Technical manuals covering operation, service and maintenance, and partlisting
shall be provided
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 333991, Power-driven hand tool, portable machine tools with a size standard of 500. The Product Service Code is 3450, Power-driven hand tool, portable machine tools.
The anticipated delivery date for this acquisition is 30 days after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE.
The solicitation number is SPMYM125Q0142, and it is expected to be available on or about 28 July 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 1:00 PM EST on 31 July 2025. Responses to the solicitation notice shall be emailed to the attention of Sheree McDonnell at sheree.mcdonnell@dla/mil. Please make sure that the solicitation number (SPMYM125Q0142) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates, and procedures. Please direct all questions regarding this requirement to Sheree McDonnell at sheree.mcdonnell@dla/mil..