Radar Depot Mast Thermal Spray Services

Project ID: N4523A26R0809 FederalOpportunitiesSources Sought
Overview
AgencyNaval Sea Systems Command
Deadline03/09/26
Posted03/02/26
Estimated Value$2,000,000 - $6,000,000 (AI estimate)
Set AsideNone
NAICS332812 - Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
PSCJ020 - Maint/Repair/Rebuild Of Equipment- Ship And Marine Equipment
LocationSilverdale, WA 98315 United States
Description
Primary Latest Change

Summary

Posted: March 2, 2026, 2:58 p.m. EST The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing restoration of SSN 774 Class, SSN 21 Class, and SSBN 741-743 Class submarine variants of the AN/BPS-16 radar mast sub-assembly. Each AN/BPS-16 radar mast sub-assembly variant is comprised of three distinct radar mast tubes: one Outer Housing, one Radar Mast, and one Rotary Tube detailed in page 3 of the Statement of Work (SOW).

Scope

The Trident Refit Facility Bangor Radar Depot performs restoration of mechanical radar components installed on the various classes of submarines for US Navy Submarine Projects at Shipyards and maintenance activities, in addition to supporting Navy Supply System NSN Depot Level Repairable (DLR) asset restorations. During restoration of radar mast components, the outer surfaces of radar mast tubes typically require surface finish refurbishment due to wear and corrosion defects that do not meet inspection criteria of the applicable NAVSEA Maintenance Standard document, which requires NAVSEA certified thermal spray deposition processes and facilities be used to affect refurbishment of the radar mast tube surfaces. Radar mast tubes must maintain their SUBSAFE/Level 1 certifications at all times, and repairs must be performed by NAVSEA certified SUBSAFE entities listed in NAVSEANOTE 5000, Ser. 07/056 DTD 29 OCT 2024. Barring available qualified SUBSAFE activities to affect thermal spray repair services, TRFB, a NAVSEA qualified SUBSAFE Certifying Activity , will provide SUBSAFE oversight, via Memorandum of Agreement (MoA) in accordance with (IAW) TRFB Engineering Memorandums 410/214M-21 Rev-A and 410/215M-21 Rev-B, for the repair process required by contract for SUBSAFE/Level 1 work performed by contractors not previously certified to perform SUBSAFE work by NAVSEA.

Period of Performance

The estimated period of performance consists of a five-year ordering period with performance commencing in August 2026.

What/Where to Submit

Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "Thermal Spray IDIQ Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 811310? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Thermal Spray IDIQ package?

Notice Regarding Sources Sought

This Sources Sought is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this Sources Sought does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Based on the responses to this sources sought, this requirement may be set aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.

Summary (Newest Update)

Background The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to assess industry capability and interest in performing restoration of submarine radar mast sub-assemblies for SSN 774 Class, SSN 21 Class, and SSBN 741-743 Class variants of the AN/BPS-16 radar mast. The Trident Refit Facility Bangor Radar Depot is responsible for restoring mechanical radar components for various classes of submarines, supporting Navy Supply System NSN Depot Level Repairable asset restorations. The restoration process requires adherence to NAVSEA Maintenance Standards and involves thermal spray deposition processes to refurbish surfaces affected by wear and corrosion, ensuring that radar mast tubes maintain their SUBSAFE/Level 1 certifications. Work Details The contractor shall provide thermal spray repair technical services for submarine radar mast tubes. Each AN/BPS-16 radar mast sub-assembly consists of three distinct components: one Outer Housing, one Radar Mast, and one Rotary Tube. The specific requirements include: 1. Restoration of SSBN 726 Class, SSN 21 Class, and SSN 774 Class variants of the AN/BPS-16 radar mast sub-assembly. 2. Each variant includes: - Outer Housing: CAGE 1980470, NSN 5985-01-633-7504 - Inner Mast: CAGE 1978731, NSN 5985-01-633-7511 - Rotary Tube: CAGE 1978730, NSN 5840-01-610-0361 3. Restoration of SSN 688 Class, SSN 688I Class, and SSBN 726 Class variants of the AN/BPS-15 radar mast sub-assembly. 4. Each variant includes: - MAST (Tube): CAGE 6640200 for SSN 688I CLASS with NSNs including 5985-01-335-9763 (Mast) and others. 5. All repairs must comply with NAVSEA certified processes and maintain SUBSAFE certifications. Period of Performance The estimated period of performance consists of a five-year ordering period with performance commencing in August 2026. Place of Performance Restoration services will be performed at the Trident Refit Facility Bangor Radar Depot.

2: Posted: March 3, 2026, 12:25 p.m. EST The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing restoration of SSN 774 Class, SSN 21 Class, and SSBN 741-743 Class submarine variants of the AN/BPS-16 radar mast sub-assembly. Each AN/BPS-16 radar mast sub-assembly variant is comprised of three distinct radar mast tubes: one Outer Housing, one Radar Mast, and one Rotary Tube detailed in page 3 of the Statement of Work (SOW). Scope: The Trident Refit Facility Bangor Radar Depot performs restoration of mechanical radar components installed on the various classes of submarines for US Navy Submarine Projects at Shipyards and maintenance activities, in addition to supporting Navy Supply System NSN Depot Level Repairable (DLR) asset restorations. During restoration of radar mast components, the outer surfaces of radar mast tubes typically require surface finish refurbishment due to wear and corrosion defects that do not meet inspection criteria of the applicable NAVSEA Maintenance Standard document, which requires NAVSEA certified thermal spray deposition processes and facilities be used to affect refurbishment of the radar mast tube surfaces. Radar mast tubes must maintain their SUBSAFE/Level 1 certifications at all times, and repairs must be performed by NAVSEA certified SUBSAFE entities listed in NAVSEANOTE 5000, Ser. 07/056 DTD 29 OCT 2024. Barring available qualified SUBSAFE activities to affect thermal spray repair services, TRFB, a NAVSEA qualified SUBSAFE Certifying Activity , will provide SUBSAFE oversight, via Memorandum of Agreement (MoA) in accordance with (IAW) TRFB Engineering Memorandums 410/214M-21 Rev-A and 410/215M-21 Rev-B, for the repair process required by contract for SUBSAFE/Level 1 work performed by contractors not previously certified to perform SUBSAFE work by NAVSEA. Period of Performance: The estimated period of performance consists of a five-year ordering period with performance commencing in August 2026. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "Thermal Spray IDIQ Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 811310? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Thermal Spray IDIQ package? Notice Regarding Sources Sought: This Sources Sought is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this Sources Sought does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Based on the responses to this sources sought, this requirement may be set aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.
Current: Posted: March 6, 2026, 1:59 p.m. EST The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing restoration of SSN 774 Class, SSN 21 Class, and SSBN 741-743 Class submarine variants of the AN/BPS-16 radar mast sub-assembly. Each AN/BPS-16 radar mast sub-assembly variant is comprised of three distinct radar mast tubes: one Outer Housing, one Radar Mast, and one Rotary Tube detailed in page 3 of the Statement of Work (SOW). Scope: The Trident Refit Facility Bangor Radar Depot performs restoration of mechanical radar components installed on the various classes of submarines for US Navy Submarine Projects at Shipyards and maintenance activities, in addition to supporting Navy Supply System NSN Depot Level Repairable (DLR) asset restorations. During restoration of radar mast components, the outer surfaces of radar mast tubes typically require surface finish refurbishment due to wear and corrosion defects that do not meet inspection criteria of the applicable NAVSEA Maintenance Standard document, which requires NAVSEA certified thermal spray deposition processes and facilities be used to affect refurbishment of the radar mast tube surfaces. Radar mast tubes must maintain their SUBSAFE/Level 1 certifications at all times, and repairs must be performed by NAVSEA certified SUBSAFE entities listed in NAVSEANOTE 5000, Ser. 07/056 DTD 29 OCT 2024. Barring available qualified SUBSAFE activities to affect thermal spray repair services, TRFB, a NAVSEA qualified SUBSAFE Certifying Activity , will provide SUBSAFE oversight, via Memorandum of Agreement (MoA) in accordance with (IAW) TRFB Engineering Memorandums 410/214M-21 Rev-A and 410/215M-21 Rev-B, for the repair process required by contract for SUBSAFE/Level 1 work performed by contractors not previously certified to perform SUBSAFE work by NAVSEA. Period of Performance: The estimated period of performance consists of a five-year ordering period with performance commencing in August 2026. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "Thermal Spray IDIQ Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 332812? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Thermal Spray IDIQ package? Notice Regarding Sources Sought: This Sources Sought is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this Sources Sought does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Based on the responses to this sources sought, this requirement may be set aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.
Contacts
Contact nameKatherine Lauer
Contact emailkatherine.e.lauer.civ@us.navy.mil
Contact phone(360) 815-9581
Secondary contact nameAndrew Skelley
Secondary contact emailandrew.m.skelley.civ@us.navy.mil
Secondary contact phoneNone
Same Region Opportunities

Fuel Injection Pump

Agency: Naval Sea Systems Command

Location: Silverdale, Washington

NAICS: 336611

Garnet Abrasive

Agency: DLA Land and Maritime

Location: Silverdale, Washington

NAICS: 327910

CASTER

Agency: Naval Supply Systems Command

Location: Silverdale, Washington

NAICS: Not Provided