PDRM MOD 1 Nozzle Sub Assembly
ID: N0017425R0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Machine Shops (332710)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the manufacturing of PDRM MOD 1 Nozzle Sub Assemblies. This procurement requires contractors to fabricate, inspect, and test components that are critical for fleet-deliverable Aviation Critical Safety Items (ACSIs), adhering to stringent quality assurance standards and engineering specifications. The contract emphasizes the importance of First Article Testing (FAT) and compliance with ISO 9001 standards, ensuring that all deliverables meet government requirements before acceptance. Interested small businesses must submit their proposals in response to RFP N0017425R0019, and can direct inquiries to Lisa Curtis at lisa.m.curtis29.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 8:06 PM UTC
The Contract Administration Plan for solicitation number N0017425R0019 outlines the responsibilities and roles involved in the administration of the contract. The Procuring Contracting Officer (PCO) oversees all pre-award activities, manages inquiries, and monitors the Contracting Officer's Representative (COR). The Contract Administration Office (CAO) functions as specified in federal regulations, while the Defense Contract Audit Agency (DCAA) is responsible for auditing invoices and approving final payments. The COR plays a crucial role in managing technical interactions with the contractor, ensuring compliance with service requirements, and providing performance assessments. Key duties of the COR include monitoring contractor invoices, maintaining communication records, performing quality assurance, and submitting performance reports. Additionally, the document notes the necessary compliance with relevant Navy instructions and emphasizes the importance of timely follow-on contract administration. Overall, the plan establishes a clear framework for managing and overseeing contract performance, reinforcing accountability and adherence to regulations.
Mar 20, 2025, 8:06 PM UTC
The document is a Past Performance Questionnaire for solicitation number N0017425R0019, intended for government contractors seeking evaluation based on their previous performance. It requests information from an agency about the Offeror's effectiveness regarding a specific contract, including the services provided and the duration of the relationship. Evaluators are instructed to use a rating scale ranging from "Exceptional" to "Unsatisfactory" based on performance metrics such as customer satisfaction, timeliness, technical success, program management, and quality. The document also solicits subjective feedback on the Offeror's recommendation for future contracts and any unique issues encountered. This evaluation is crucial for source selection in federal RFPs, ensuring that contractors are assessed on their past effectiveness and reliability in similar roles. The information gathered will aid decision-making processes for awarding contracts within the Naval Surface Warfare Center, emphasizing the importance of past performance in determining reliability and competence in fulfilling government contracts.
Mar 20, 2025, 8:06 PM UTC
The provided document is a Past Performance Matrix template used in the context of government Requests for Proposals (RFPs), federal grants, and local RFPs. It requires offerors and subcontractors to list up to five relevant contracts from the past three years. Each entry must include contract details like number, value, performance period, work description, and relevancy to the current solicitation. It assesses whether contracts were completed on time and within budget. If not, explanations for any discrepancies are required. The document emphasizes compliance with the solicitation requirements by stating that only recent past performance references will be reviewed. Additionally, it references the source selection guidelines outlined in the Federal Acquisition Regulation (FAR), indicating the regulation's importance in evaluating offerors' past performance in relation to their proposals. The thorough assessment of contract performance ensures quality and reliability in procurement processes.
Mar 20, 2025, 8:06 PM UTC
The document outlines a government Request for Proposal (RFP) (N0017425R0019) for the manufacturing of Nozzle Sub Assemblies at the Naval Surface Warfare Center Indian Head Division (NSWC IHD). It details the supply requirements, including quantities and pricing structures, emphasizing First Article Testing (FAT) and compliance with specific engineering drawings. The contract specifies the necessary manufacturing capabilities, inspection and certification processes, as well as adherence to numerous quality assurance standards such as ISO 9001. The work scope includes the fabrication, inspection, and testing of designated components, ensuring they are ready for fleet-deliverable Aviation Critical Safety Items (ACSIs). Documentation requirements and quality control measures, including dimensional inspections and certificates of compliance, are stressed. The contractor is responsible for all phases, from material ordering to final product delivery, ensuring compliance with extensive specifications and standards. Delivery terms, packaging, and marking requirements are outlined, along with the necessity of adhering to operations security guidelines. The document serves to clarify contractor responsibilities, ensuring that all deliverables meet government standards before acceptance and payment.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
28--NOZZLE,TURBINE,NONA
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking to procure nine units of a non-aircraft turbine nozzle, identified by NSN 7H-2835-014970074. The procurement is being conducted under a presolicitation notice, with the government intending to negotiate with only one source due to the lack of available data and rights for alternative sourcing, making reverse engineering uneconomical. This component is critical for gas turbines and jet engines, underscoring its importance in military applications. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice, and they may contact Mary Nolan at (717) 605-1320 or via email at MARY.C.NOLAN3.CIV@US.NAVY.MIL for further information.
16--NRP,SPOILER ASSY - - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of new spare parts, specifically the NRP Spoiler Assembly and similar replacement parts. This procurement is critical for the repair and modification of aircraft, emphasizing the need for high-quality components that meet stringent military standards. Interested vendors must be FAA certified or able to provide an FAA Form 8130-3, and proposals will be evaluated based on lead time, price, past performance, and capacity. The closing date for submissions is specified in the solicitation, and interested parties can contact Danielle M. Junod at 215-697-1138 or via email at danielle.m.junod.civ@us.navy.mil for further details.
Nozzle Assembly Tur
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the supply of nozzle assemblies, a critical component for aircraft engines. This procurement is specifically set aside for small businesses and involves a firm fixed price arrangement for a quantity ranging from 3 to 15 units, with delivery required within 700 calendar days. The nozzle assemblies are essential for ensuring the safety and performance of aircraft engines, highlighting their importance in military operations. Interested vendors must comply with various federal regulations, including the Buy American Act, and are encouraged to contact James Headington at James.Headington.1@us.af.mil for further details and to ensure adherence to packaging and transportation requirements outlined in the associated documents.
MK77 housing connector plate and anode
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the supply of MK77 housing connector plates and anodes. This procurement aims to secure non-commercial supplies essential for the MK77 Gas Generator program, with a focus on compliance with stringent quality and safety standards as outlined in the Request for Proposals (RFP) N0017425Q0037. The selected contractor will be responsible for quality control, testing, and adherence to American National Standards, with delivery conditions and compliance certifications required for each lot. Interested vendors must submit their proposals by April 16, 2025, and can request technical drawings by contacting Ardelle Knight at ardelle.v.knight.civ@us.navy.mil, with all inquiries due by April 2, 2025.
16--NRP,PLENUM,INLET
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 10 units of the NRP Plenum Inlet, identified by NSN 1R-1680-016106315-P8 and reference number 5850384-1. Due to the lack of available data for competitive acquisition, the government intends to solicit and negotiate with only one source under FAR 6.302-1, emphasizing the critical nature of the item which requires government source approval prior to contract award. Interested parties must submit their interest and capability statements within 45 days of this notice, and all proposals must include necessary documentation for source approval as outlined in the NAVSUP WSS Source Approval Information Brochures. For further inquiries, contact Alexis T. Hoepfl at (215) 697-5072 or via email at ALEXIS.T.HOEPFL.CIV@US.NAVY.MIL.
Nozzle, Turbine, Airc
Buyer not available
The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting proposals for the procurement of turbine nozzles, identified by NSN: 2840-00-021-8170 and PN: 6846995. This solicitation, numbered SPRTA1-25-R-0147, is open to unrestricted competition, with set-asides for small businesses, including women-owned and service-disabled veteran-owned enterprises. The procurement is critical for maintaining a reliable supply of aircraft engine components, adhering to stringent quality control standards, including ISO 9001-2015, and compliance with the Buy American Act. Interested bidders must submit their proposals by April 30, 2025, and can direct inquiries to Ryan Newton at ryan.newton.4@us.af.mil or by phone at 405-855-3545.
FD2030-25-00226
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a nozzle assembly, specifically NSN 2840-01-257-1305NZ. This procurement is critical for maintaining aircraft engine performance, as the nozzle assembly is a vital component in gas turbines and jet engines. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, contact information will be provided in the solicitation documentation.
13--CASE,AFTERBODY TORP
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including adherence to quality assurance protocols such as ISO 9001 and MIL-STD specifications. The goods are critical components for naval operations, emphasizing the importance of quality and reliability in defense applications. Interested contractors should contact Jordan Neely at 717-605-8197 or via email at jordan.d.neely2.civ@us.navy.mil, with proposals due by April 14, 2025.
47--HOSE ASSEMBLY,METAL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of 71 units of metal hose assemblies, identified by NSN 1H-4720-013858066-X3, under solicitation number N00104-N00104-25-R-BP08. The contract requires delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA, with a required delivery timeline of 240 days post-contract award. These hose assemblies are critical components used in various military applications, emphasizing the importance of quality and compliance with technical specifications. Interested suppliers must submit their proposals, including a completed and signed RFP, to the primary contact, Adele H. Lamb, via email at ADELE.H.LAMB.CIV@US.NAVY.MIL or by phone at (717) 605-7162, within 45 days of the notice publication.
16--CONTROL AND STATUS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of a flight-critical part identified by NSN 7R-1680-015827988-E7. This procurement requires engineering source approval due to the unique design capabilities and manufacturing knowledge necessary to maintain the quality of the part, which is not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as the contract will not be awarded without this approval, and the Government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL for further details.