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
    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
    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.
    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.
    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.
    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
    17--NRP,FLAT PANEL A033, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the NRP Flat Panel A033, a critical component used in aircraft ground servicing equipment. The procurement requires contractors to adhere to stringent quality and inspection standards, as the items are classified as Flight Critical, necessitating engineering source approval from the Naval Air Systems Command. This contract is vital for maintaining operational readiness and safety in shipboard systems that support aircraft launch and recovery operations. Interested contractors must submit their proposals and source approval requests by the specified deadline, and can direct inquiries to Kimberly Flores at 215-697-6549 or via email at kimberly.flores12.civ@us.navy.mil.
    NOZZLE SEGMENT,TURB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of a Nozzle Segment for turbine applications through NAVSUP Weapon Systems Support Mechanical. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 125 days, with all repair work adhering to specified quality standards and inspection requirements. This component is critical for maintaining operational readiness in naval turbine systems, underscoring its importance in defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Xavier Kellam at XAVIER.A.KELLAM.CIV@US.NAVY.MIL or by phone at 717-605-1319, with the solicitation details available for review.
    13--FIN ASSEMBLY,TORPED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    MK22 Motor Tubes Solicitation N0017426R0002
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    99--BULKHEAD ASSY,ACFT.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a Bulkhead Assembly for aircraft, identified by NSN 1R-9999-LLHP5Z561-V2 and reference number 901-031-111-441. This procurement requires engineering source approval due to the flight-critical nature of the part, necessitating that only previously approved sources may submit proposals, as the technical data necessary for full and open competition is not adequately available. Interested parties must provide detailed technical data and qualifications as outlined in the NAVSUP Source Approval Information Brochures, with proposals due within 45 days of the notice publication, and must contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further information.
    99--FITTING,LH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical fitting (NSN 1R-9999-LLCGHZ958-V2, REF NR NGV422610-501) with a quantity of one unit, to be delivered FOB Origin. The procurement requires Government source approval prior to contract award, as the item is essential for operational readiness, and only previously approved sources will be considered for this solicitation. Interested parties must submit the necessary documentation for source approval along with their proposals, as failure to provide the required information will result in disqualification. Proposals must be submitted within 45 days of this notice, and interested vendors can contact Devon M. McNamee at (215) 697-2782 or via email at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL for further details.
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of refueling probes, identified by part number 74A661344-1003 and NSN 1560-01-511-0294. This sole source requirement necessitates that all repairs, testing, and inspections adhere to strict guidelines outlined in the Statement of Work, with the contractor responsible for all necessary materials and equipment, as the government will not provide these. The successful contractor must ensure compliance with quality management standards and maintain a facility capable of returning the items to a Ready for Issue condition. Interested parties should contact Danielle M. Junod at danielle.m.junod.civ@us.navy.mil for further details and to obtain the necessary source approval documentation.
    13--PINTLE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 250 units of the PINTLE, identified by NSN: 1355 010903808, through NAVSUP Weapon Systems Support Mechanicsburg. This procurement is part of an Emergency Acquisition Flexibility initiative and requires compliance with various quality assurance standards, including ISO 9001, as well as specific inspection and packaging requirements. The PINTLE is crucial for military applications, particularly in naval operations, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance. Interested parties should direct inquiries to Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with all proposals due by the specified deadline.
    NOZZLE, TURBINE, AIRC 2840-01-632-5800OK 6029T45G14
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a NOZZLE, TURBINE, AIRC (P/N 6029T45G14, NSN 2840-01-632-5800OK). This opportunity requires new manufacture of the item, which is classified as a Critical Safety Item (CSI), and compliance with specific quality assurance standards, including ISO 9001:2015 and the Buy American Act. The nozzle is a crucial component for aircraft engines, underscoring its importance in maintaining operational readiness and safety in military aviation. Interested vendors must submit their pricing and delivery responses by January 6, 2026, with delivery of one unit expected by October 15, 2026, and two units by December 19, 2027. For further inquiries, contact Alex Varughese at alex.varughese.1@us.af.mil.
    16--NRP,FILTER,NITROGEN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of nitrogen filters, identified by NSN 7RH 1680 016336191 and Part Number 2050108-103. Interested vendors must be approved sources of supply and provide FAA-certified parts with the necessary documentation, as the procurement is focused on ensuring the reliability and safety of aircraft components. This competitive requirement emphasizes a Lowest Price Technically Acceptable (LPTA) evaluation criterion, with a firm-fixed price proposal requested from bidders. Proposals must be submitted by the specified closing date, and interested parties can reach out to Alexis T. Hoepfl at 215-697-5072 or via email at ALEXIS.T.HOEPFL.CIV@US.NAVY.MIL for further details.