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
    Power Control Systems Propulsion Plant Control Systems Eng. Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking engineering support services for Power Control Systems and Propulsion Plant Control Systems. The procurement aims to enhance the operational capabilities and reliability of these critical systems, which are essential for naval operations. Interested firms will be required to provide professional engineering services as outlined in the draft statement of work, with the opportunity being crucial for maintaining the effectiveness of naval propulsion systems. For further inquiries, potential bidders can contact Thomas Coletti at THOMAS.C.COLETTI.CIV@US.NAVY.MIL or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with the contract details expected to be finalized in the near future.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    Manufacture of Large or Intermediate Type Universal CPP Dummy Hub(s)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors for the manufacture of large or intermediate type Universal Controllable Pitch Propeller (CPP) Dummy Hubs, which are critical components for various U.S. Navy ship classes. The procurement aims to establish a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with responsibilities including the production, inspection, and packaging of dummy hub assemblies, while adhering to stringent quality management and security protocols. Interested firms must submit capability statements by April 5, 2025, as part of a market research initiative, with the anticipated contract award and performance commencement set for December 2025. For further inquiries, interested parties can contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    Marine Gas Turbine & Propulsion Support Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors for Marine Gas Turbine & Propulsion Support Services. This procurement aims to provide engineering and technical support for the Marine Gas Turbine Program, including Configuration Data Management, Integrated Logistics Support, and cybersecurity services. These services are critical for maintaining the operational readiness of propulsion systems on U.S. Navy and other military vessels. Interested firms must submit capability statements by April 3, 2025, detailing their qualifications and past performance, as the anticipated contract type is a Cost-Plus-Fixed-Fee (CPFF) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract spanning five years. For further inquiries, potential contractors can contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    CCP OD BOX SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.