380 FT Towing Tank Carriage Control System

SOL #: N0018926QL104 Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

MD

NAICS

Steel Product Manufacturing from Purchased Steel (3312)

PSC

Electrical Control Equipment (6110)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 28, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy / NAVSUP FLT LOG CTR NORFOLK has issued a Combined Synopsis/Solicitation for a Firm-Fixed-Price purchase order to acquire and install a new 380 FT Towing Tank Carriage Control System for the Naval Academy Hydromechanics Laboratory (NAHL) in Annapolis, MD. This system upgrade aims to enhance NAHL operations and mitigate technical risks. The procurement is conducted under Full and Open Competition. Proposals are due May 28, 2026, at 12:00 p.m. EST.

Scope of Work

The primary objective is the purchase and installation of a complete carriage control system, including a user interface console and operating software. This system will power and control existing drive motors and regenerative braking, requiring new position sensing equipment. Key tasks involve replacing current electrical and powering systems, installing the new state-of-the-art system, providing comprehensive training, technical data, warranty, software, maintenance details, and removing the old system.

Key Requirements

The new control system must meet stringent performance specifications, including:

  • Speed Control: Operator-initiated acceleration, constant speed hold, automatic deceleration, and operator-controlled return to parking, operating in both directions.
  • Programmable & Manual Control: Ability to program multiple speeds/durations, with automatic ramping and operator override, and manual speed changes during a run.
  • Precision: Positioning accuracy within 3 mm (0.12 in), with a speed range of 0.01 to 40 ft/s, acceleration/deceleration range of 0.01 to 16 ft/s², and jerk range of 0.01 to 30 ft/s³.
  • Safety: Reliable emergency stop from control room and carriage, audible warning, precise stopping, electronic reset, failsafe modes, and a 20-year design life.
  • Software: Graphical User Interface (GUI) with help features, English language, selectable units, move profile programming, and history/error logs.
  • Electrical: Utilize existing 480V, 1000 Amp panel, with step-down transformers for 2 x 200 HP DC motors. Wiring must meet code, and connectors must be corrosion/humidity resistant.
  • Deliverables: Calibrated, operational system; Preliminary and Critical Design Review documentation; final deliverables including BOM, operating procedures, troubleshooting guides, drawings, manuals, and procurement data.
  • Warranty & Maintenance: One-year warranty from acceptance, including on-site inspections. Contractor to provide training and maintenance manuals.

Contract Details

  • Contract Type: Firm-Fixed-Price purchase order.
  • NAICS Code: 331312 (Electrical Control Equipment).
  • Set-Aside: Full and Open Competition.
  • Place of Performance: Naval Academy Hydromechanics Laboratory, Annapolis, MD.
  • Delivery: Required within 180 days After Contract Award (ADC).

Submission & Evaluation

  • Submission Method: Quotes must be submitted electronically via email to Gilbert Dobison (gilbert.k.dobison.civ@us.navy.mil).
  • Quote Content: Include price(s), FOB destination, lead-time, point of contact, GSA contract number (if applicable), business size, and NET 30 payment terms.
  • Format: Files must be compatible with Adobe Acrobat or Microsoft Office Suite 2010 and virus-free.
  • Structure: Volume I (Non-Price Quote) with a 60-page limit for the Technical Submission, and Volume II (Price Quote) with no page limit.
  • Evaluation Criteria: Award will be made based on price, provided the offer is technically acceptable. The Technical Submission (Factor 1) is considered more important than Price (Factor 2). Non-price quotes must achieve an "Acceptable" rating to be awardable.
  • Questions: Questions are requested by May 25, 2026, at 12:00 p.m. EST. Quotes must be held firm for 120 days.
  • Eligibility: Quoters must be registered in the System for Award Management (SAM) database.

Mandatory Site Visit

A mandatory site visit will be held on May 21, 2026, at 09:00 a.m. EST. Vendors must pre-register by emailing Gilbert Dobison (gilbert.k.dobison.civ@us.navy.mil) with full name, company, email, and phone number by May 19, 2026, at 12:00 p.m. EST. The meeting location is a small parking lot at Perry Circle and Baltimore Annapolis Blvd., Annapolis, MD 21402, with access to Building CD-9, 9040 Hampton Blvd. Two representatives per organization are permitted. No special accommodations for late arrivals.

Contact Information

Primary Contact: Gilbert Dobison, gilbert.k.dobison.civ@us.navy.mil, 757-443-1375.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026
380 FT Towing Tank Carriage Control System | GovScope