Propulsor "PC.1A" and "Leading Edge Ring" repair
ID: N32253-25-Q-0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Mar 19, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 11, 2025, 10:41 AM UTC
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines its Operations Security (OPSEC) contract requirements to protect sensitive information during contract performance. OPSEC encompasses processes to prevent adversaries from exploiting Critical Information (CI). Contractors must prepare an OPSEC Plan, identifying specific activities to safeguard information, and submit it to the contracting officer prior to the contract start. Responsibilities of contractors include preventing inadvertent disclosures of unclassified or classified information and ensuring proper handling of Controlled Unclassified Information (CUI). All contractor personnel are prohibited from publicizing sensitive data through social media and personal email accounts, and any breaches must be reported promptly. Key examples of critical information include Personally Identifiable Information (PII), operational schedules, equipment capabilities, and specific asset identification. The document distinctly details the use and controls of personal electronic devices (PEDs) within the shipyard, emphasizing coordination with sponsors. Contractors are tasked with implementing countermeasures such as not posting sensitive information online, shredding documents, and returning access badges immediately upon contract completion. These measures demonstrate the importance placed on protecting sensitive government operations and maintaining security protocols within federal contracting contexts.
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines the requirements for Operations Security (OPSEC) under an existing contract. OPSEC aims to safeguard sensitive information from unauthorized disclosure, which includes both classified and unclassified data. An OPSEC plan is mandatory and must be submitted by prime contractors prior to contract performance. Contractors are responsible for preventing inadvertent information compromise, particularly concerning Critical Information (CI) relevant to national security. Key stipulations highlight the prohibition of sharing CI through various platforms, including personal emails and social media, alongside guidelines on managing personal electronic devices on site. The document lists examples of critical information which encompasses personally identifiable information (PII), operational schedules, and equipment vulnerabilities, stressing that any violation may lead to penalties or termination of contracts. Overall, this document emphasizes the stringent measures required to protect sensitive operational aspects of PHNSY&IMF while ensuring compliance with Department of Defense standards. The focus on contractor responsibility underscores the critical nature of maintaining security protocols during contract execution.
The document outlines security requirements for contractors accessing the Controlled Industrial Area (CIA) at the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF). It mandates that only U.S. citizens can perform work, encompassing roles in contracts and subcontracts. Contractors must obtain specific access badges based on the level of classified information they will handle. Compliance with security protocols is critical, including submitting a Contractor Visit Request form prior to visits, ensuring personnel have proper Defense Department security clearances, and adhering to work schedule restrictions during first shift hours. Additionally, contractors must manage vehicle access, maintain clear communication regarding any material movements, and follow strict guidelines for personal electronic devices. Photography within the facility is prohibited unless explicitly authorized. The document specifies consequences for violations, emphasizing the importance of safeguarding sensitive information and ensuring the safety and security of operations within the CIA. Overall, it serves as a thorough framework for maintaining operational security and protection of classified materials during contractor activities at PHNSY&IMF.
The document outlines safety and health guidelines for contractors working at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF). The primary focus is on ensuring worker safety during maintenance, repair, and refit operations on Navy ships, which entail specific hazards. Compliance with federal Occupational Safety and Health Administration (OSHA) standards, Navy safety protocols, and local regulations is mandated for contractors and their employees. Key provisions include the establishment of a comprehensive safety and accident prevention plan that addresses inherent hazards, detailed guidelines for hazardous material handling (such as asbestos and lead), and specific requirements for hot work operations. Contractors must submit safety plans for approval, report incidents promptly, and ensure their personnel are educated in the navy’s fire safety protocols. Multiple safety disciplines, including management involvement, hazard analysis, and employee training, are emphasized. Effective communication and cooperation with the PHNSY & IMF safety office are essential for maintaining safe work environments. The document serves as a critical framework for promoting health and safety during complex industrial operations in naval settings, reinforcing the Navy’s commitment to occupational safety and health standards.
Mar 11, 2025, 10:41 AM UTC
The Operations Security (OPSEC) Plan for Contractors outlines the protocols for safeguarding sensitive information during contract execution for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). This document is essential for contractors handling both classified and unclassified work. Key components include the identification and protection of Critical Information (CI), which is vital for preventing adversarial exploitation. The OPSEC process involves five steps: identifying CI, analyzing threats and vulnerabilities, assessing risks, and applying countermeasures. All contractors and subcontractors are responsible for adhering to OPSEC guidelines, with specific measures to protect information, including restrictions on sharing details publicly and ensuring proper handling of identification materials. The use of personal electronic devices is strictly regulated, and contractors must complete necessary training prior to access. Any unauthorized disclosures of sensitive information could result in serious consequences, including contract termination. The plan emphasizes a collaborative approach, requiring the prime contractor to oversee compliance and foster awareness among all personnel. The signed OPSEC plan must be submitted before the award of the contract to ensure adherence to security requirements related to the project, reinforcing the commitment to maintaining security standards within government operations.
Feb 11, 2025, 9:07 PM UTC
Mar 11, 2025, 10:41 AM UTC
The Pearl Harbor Naval Shipyard & IMF has issued a Request for Quotation (RFQ) N3225325Q0019 for propulsor repair work on a Virginia-class submarine. The RFQ outlines a need for firm fixed price bids for the repair of propulsor components, including travel expenses, with a specified delivery timeline from April 17 to April 30, 2025, and completion by May 31, 2025. Offerors must submit their quotations electronically by the due date, adhering to the requirements detailed in the solicitation, including technical and pricing documents. The selection will employ a Lowest Price Technically Acceptable evaluation method, where bids must meet acceptable technical criteria to be considered. Key elements include compliance with Federal Acquisition Regulations (FAR) and provisions related to performance risk assessments. Offerors are also required to ensure qualifications and authorizations for work on naval equipment, highlighting the importance of meeting technical standards and regulatory compliance. The RFQ emphasizes that responses deemed incomplete or non-compliant will not be considered, stressing clarity in submissions and the submission of relevant certifications and representations. This process exemplifies the federal approach to engaging the private sector for military support services through competitive solicitations.
Feb 28, 2025, 10:05 PM UTC
The document is a Request for Quotations (RFQ) issued by Pearl Harbor Naval Shipyard for propulsor repair work on a Virginia-class submarine, along with associated travel expenses. The RFQ outlines requirements for vendors to submit their quotes, emphasizing that the government is seeking a Firm Fixed Price. The work dates are set from April 17 to April 30, 2025, with the delivery deadline of May 31, 2025. Key details include the necessity for offerors to provide a comprehensive submission, including a price summary and technical approach, demonstrating capability in accordance with specific federal acquisition regulations. The award will be based on the Lowest Price Technically Acceptable (LPTA) bid, evaluating both technical competence and price. The RFQ also stipulates compliance with various federal clauses, including security measures for non-U.S. citizens accessing naval facilities and certifications concerning telecommunications equipment. Overall, this RFQ exemplifies government procurement procedures aimed at ensuring quality and compliance while fostering competition and transparency in awarding contracts to capable suppliers for defense-related services.
Feb 28, 2025, 12:05 AM UTC
The document is a Request for Quotations (RFQ) issued by Pearl Harbor Naval Shipyard, seeking quotations for the repair of a Virginia-class submarine's propulsor. This solicitation is designated as a small business set-aside, emphasizing the need for compliance with federal acquisition regulations and detailed submission requirements. The RFQ outlines two Contract Line Item Numbers (CLINs): one for propulsor repair and another for related travel expenses. Offerors must adhere to specified timelines, including a quote submission deadline before March 19, 2025. The evaluation for contract award is based on a Lowest Price Technically Acceptable (LPTA) approach, requiring quotes to meet technical and pricing evaluations. Key evaluation factors include the offeror's technical submission and reasonable pricing based on FAR guidelines. Additional provisions regulate personnel access to Navy vessels, emphasizing strict security measures for non-U.S. citizens involved in the contract work. Overall, the RFQ highlights regulatory compliance, technical expertise, and financial accountability in securing services for critical naval operations while supporting small business participation in defense contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
In-Service Submarine Propeller and Propulsor On-Site Repairs
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for on-site repair services of in-service submarine propellers and propulsors. The objective is to procure services that support repairs for submarine propellers and propulsors that have been damaged either during service or while in storage, as detailed in the attached draft statement of work. This initiative is crucial for maintaining the operational readiness and efficiency of the Navy's submarine fleet. Interested parties are required to submit capability statements by 4:30 PM on March 26, 2025, to Contract Specialist Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil, with the subject line specified in the notice. Please note that this request is for market research purposes only and does not constitute a request for proposal.
PROPELLER,MARINE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of marine propellers under the NAVSUP Weapon Systems Support Mechanic program. The procurement focuses on the repair of a Left Hand (LH) LCU 1600 Class Propeller, which is critical for naval operations and requires adherence to strict military standards for manufacturing, inspection, and testing. Interested contractors must submit their quotes electronically by April 7, 2025, and ensure compliance with various requirements, including a specified Repair Turnaround Time (RTAT) and the provision of detailed pricing and capacity constraints. For further inquiries, potential bidders can contact Taylor Arroyo at 717-605-2383 or via email at taylor.r.arroyo2.civ@us.navy.mil.
US Navy Virginia Class Submarine Scrubbers Repair
Buyer not available
The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is issuing a request for proposal (RFP) for the repair of Scrubber No. 1 and Scrubber No. 2 onboard a Virginia-class submarine. This procurement, classified under NAICS code 336611 for Ship Building and Repair, aims to secure a firm-fixed price contract following the guidelines of FAR 6.302-1, as no industry responses were received during the sources sought notice period. The solicitation is critical for maintaining the operational readiness of the submarine's systems and is available upon request by contacting the primary and secondary points of contact, Amber Burgess and Chaune Kuromoto, via email. Interested parties must adhere to the submission guidelines outlined in the solicitation, with all amendments acknowledged in their offers.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
Shaft Seals
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the replacement of propulsion shaft main shaft seal assemblies on Virginia Class submarines during the FY-25 Depot Modernization Period. The project requires a Defense Maritime Systems Technical Representative to oversee the technical aspects throughout the disassembly, reassembly, and testing phases, ensuring compliance with environmental, safety, and quality standards. This procurement is critical for maintaining the operational readiness and safety of the submarines, emphasizing the importance of high technical standards and oversight. Interested vendors should contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or call 757-396-8790 for further details, as the contract is set aside for 8(a) sole source under FAR 19.8.
28--SEAL, PROPUL SHA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the SEAL, PROPUL SHA, with a National Stock Number (NSN) of 7HH 2825 013919808, requiring a quantity of 19 units. The procurement involves providing a firm-fixed price or estimated price for the repair effort, which includes all associated costs for handling and restoring the material to operational condition, with a requested repair turnaround time of 525 days. This contract is critical for maintaining the operational readiness of naval assets, and interested contractors must submit their proposals, including any exceptions to the solicitation requirements, to the primary contact, Vincent Molesky, at VINCENT.MOLESKY@NAVY.MIL or by phone at 717-605-3353, with the expectation of a bilateral agreement upon award.
Radiographic Inspection of Sonar Dome Rubber Windows
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed price contract for the radiographic inspection of sonar dome rubber windows for a U.S. vessel, with performance expected in Japan. This procurement is essential for ensuring the operational integrity and safety of naval vessels, as it involves critical inspection services that contribute to the maintenance and repair of ship components. The solicitation is anticipated to be posted around March 17, 2025, with a closing date on or about March 29, 2024, and interested parties must be registered in the System for Awards Management (SAM) to participate. For further inquiries, potential offerors can contact Jeremy Wells at jeremy.a.wells.civ@us.navy.mil or by phone at 602-900-6995.
USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor's facility in Taranto, Italy, scheduled from April 30 to May 23, 2025. The procurement involves comprehensive repair and maintenance tasks as outlined by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC), including management, procurement, production, and quality assurance to ensure the vessel's operational readiness. This contract is critical for maintaining the Navy's fleet capabilities and compliance with stringent quality and safety standards. Interested contractors must submit their proposals electronically by March 5, 2025, and can contact Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil for further information.
Open inspect and report for PROPELLER, LEFT HAND
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of left-hand propellers, part number 531915, manufactured by Michigan Wheel Co. The procurement involves two units, with strict adherence to packaging and preservation standards to ensure safe delivery and compliance with federal regulations. These propellers are crucial for maintaining the operational readiness of the Coast Guard's fleet, and the selected contractor must provide a total firm fixed price for all necessary equipment and labor, including an estimated repair cost. Interested parties must submit their quotes by February 21, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with delivery expected by July 12, 2026.
6105 Repair of qty 1EA, option 1 EA Secondary Propulsion Motor
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the refurbishment and repair of one secondary propulsion motor (SPM), with an option for an additional unit. This sole source requirement is directed towards the original manufacturer due to the government's lack of data rights necessary for alternative procurement, emphasizing the importance of maintaining operational readiness for military equipment. Interested vendors must comply with specific standards outlined in the Request for Quotations (RFQ) and are reminded that all submissions are requests for information, not binding contracts. The deadline for submitting offers has been extended to March 31, 2025, and inquiries should be directed to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL.