Hull and Deck Machinery Systems Support
ID: pd-43-0031-1Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Ship Building and Repairing (336611)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Proposals (RFP) for a contract focused on providing engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, particularly concerning launch and recovery systems. The contract will be structured as a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) arrangement, lasting up to 72 months, and will require services such as system assessments, maintenance, troubleshooting, and training, along with the provision of materials and technical support for specific equipment. This procurement is vital for enhancing naval operational capabilities by ensuring the effective maintenance and improvement of critical machinery systems. Interested parties should contact Anna Eisele at anna.e.eisele.civ@us.navy.mil or James T. O'Sullivan at james.osullivan2@navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Sea Systems Command is seeking to sole-source a five-year Cost-Plus-Fixed-Fee Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with Lake Shore Systems, Inc. (LSSI) for services related to their hull and deck machinery systems used by the U.S. Navy. This contract, valued at approximately $11.3 million, encompasses training, inspection, labor, and materials to address in-service issues and minimize operational downtime of critical equipment. LSSI, the system's original manufacturer, possesses proprietary design and operational data that is crucial for maintenance, which no other vendor can replicate. Market research resulted in no viable alternative sources due to the specialized knowledge necessary. The justification for other than full and open competition is rooted in the lack of technical data accessible to the government and the urgency to support Navy operations effectively. The agency's goal is to ensure efficient technical responses to equipment problems, thus avoiding delays in ship deployments and maintenances. Future market assessments will continue to identify if alternative sources emerge.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is issuing a Request for Proposals (RFP) for a single contract to provide engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, primarily focusing on launch and recovery systems. The contract will encompass a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) format, lasting up to 72 months. Key services required include system assessments, maintenance, troubleshooting, and training. The contractor must provide materials and technical support for specific equipment like Platform Lift Lead Screw Assemblies and Slewing Arm Davits, ensuring adherence to rigorous specifications and testing protocols. The scope acknowledges a collaborative relationship between contractor personnel and government entities while stressing the non-personal nature of the work. Security requirements and training conditions are outlined, emphasizing the necessity for contractor personnel to maintain specific clearances and comply with operational security protocols. Overall, the RFP aims to secure vital technical support to enhance naval operational capabilities through advanced machinery systems maintenance and improvements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    20--HUB,PROPELLER,SHIP
    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 HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    CARD CARRIER(VER 3)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the CARD CARRIER(VER 3), a component critical for military applications. The procurement requires qualified contractors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation, with a requested repair turnaround time of 150 days. This contract is vital for maintaining operational readiness and ensuring compliance with military standards, particularly as the items will be used on submarines and surface ships, necessitating strict adherence to quality and safety regulations. Interested vendors should submit their proposals, including any exceptions to the solicitation requirements, to the primary contact, Catherine H. Tran, via email at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805.
    PERISCOPE SUBASSEMB
    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 the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    USS NORMANDY STBD Shaft Repair URGENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.