Solicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
ID: N0010425RF005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Industrial Valve Manufacturing (332911)

PSC

VALVES, NONPOWERED (4820)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 8:00 PM UTC
Description

The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This contract, which spans a two-year base period with three optional years, aims to facilitate the repair of components for Los Angeles and Virginia class submarines, specifically focusing on industrial valve manufacturing as outlined by NAICS code 332911. The contract will allow for delivery orders issued on a Cost-Plus-Fixed-Fee or Firm-Fixed-Price basis, with a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Interested contractors should direct inquiries to Hannah Forsyth or Madison Gray via their provided emails, and note that the deadline for proposal submissions has been extended to May 5, 2025, following the recent amendment to the solicitation.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The document serves as an amendment to a federal solicitation, specifically addressing changes and updates to an offer submission for a contract related to NAICS code 332911—Industrial Valve Manufacturing. It extends the deadline for responses to May 5, 2025, and provides answers to contractor inquiries regarding qualification requirements and subcontracting plans for large businesses. Key updates include clarifications on necessary qualifications for technical acceptability and the removal of certain compliance clauses from the solicitation. The document also updates Section K regarding annual representations and certifications, detailing the applicable provisions and necessary certifications required from offerors. The overall purpose is to streamline the bidding process by clarifying requirements and timelines while ensuring compliance with federal contracting regulations. The amendment is crucial for ensuring transparency and fostering competition among potential contractors, which aligns with governmental efforts to optimize procurement practices.
Mar 27, 2025, 6:06 PM UTC
This document outlines a comprehensive inventory of valves and related components, primarily ball valves, along with their respective quantities, nomenclature, and specific characteristics. The items are categorized by Federal Supply Class (FSC) codes and National Item Identification Numbers (NIIN), indicating their identification within federal procurement systems. Notable attributes include whether the items are designated as "subsafe" and their quantities. The report details various types of valves, including those with actuator assemblies and assemblies with specific hull and backup functionalities, confirming compliance with military standards. Items classified as "L1" signify adherence to safety and operational requirements, while entries marked "No" indicate exceptions from these classifications. This data serves critical functions in federal RFPs, grants, and procurement processes, ensuring that necessary components are readily available for military applications or government contracts, potentially enhancing logistical efficiency and operational readiness. The systematic breakdown into categories aids in procurement decisions and inventory management in compliance with governmental requirements.
Mar 27, 2025, 6:06 PM UTC
The document outlines the requirements for the "Contracting Officer Management Report," specifically detailing the monthly status report necessary for contractor performance evaluation under the authority of DI-MGMT-81864 (COMR). The report must be submitted electronically in a format compatible with Microsoft Office or Adobe PDF, with the first submission due within 60 days of the award of the contract and subsequent monthly submissions thereafter. The report's structure requires a description of progress against milestones during each reporting period and the categorization of costs by labor category rather than cost centers. The distribution statement restricts access to U.S. Government agencies solely for the purpose of contractor performance assessment. This document serves as a framework for managing contractor reports and ensuring oversight of contractual obligations in federal procurement processes, emphasizing the importance of accurate and timely reporting in contract management.
Mar 27, 2025, 6:06 PM UTC
The document outlines the requirements for the Depot Maintenance Cost Report (Data Item No. C001) that is part of federal contracting processes. This report falls under the authority of the Data Acquisition Document No. DI-FNCL-80462 and is categorized as a required data item under the contract reference specified in Section H. The report pertains to cost details related to depot maintenance activities and is prepared by the Purchasing Activity office. Key details include that submissions are required on an "as required" basis with no specific dates set for the first or subsequent submissions, and a distribution statement is necessary. It mandates compliance with DD Form 250 for the reporting and establishes that no additional remarks are needed for proper processing. The data item is to be acknowledged as both draft and final formats as warranted. The purpose of this document is to ensure that contractors provide essential cost data that will be used for financial tracking and accountability within government contracts, highlighting the importance of structured reporting in federal procurement.
Mar 27, 2025, 6:06 PM UTC
The Contracting Officer’s Management Report (DID: DI-MGMT-81864A) outlines the requirements for reporting on the progress and financial status of contract tasks. Approved on March 13, 2017, this report serves to document work completed, expenditures, and any existing or potential issues. The report must follow a specific format, including detailed sections covering work summaries, invoice information, and detailed project updates. Key elements of the report include a summary of tasks, expenditures categorized by labor and other direct costs, status updates on deliverables, identification of problem areas, and projections for future activities. Tables must illustrate labor hours, expenditures, and contract adjustments. This report is critical for effective management and oversight in federal contracts, ensuring accountability and transparency in the use of funds throughout the contract’s lifecycle. By adhering to these guidelines, contracting officers can maintain a clear view of project progress, address challenges, and facilitate informed decision-making across various program phases.
Mar 27, 2025, 6:06 PM UTC
The government document outlines a solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract issued by NAVSUP Weapon Systems Support for the repair and modification of spare parts for the U.S. Navy. It specifies a two-year base period with three option years, allowing for delivery orders based on either Cost-Plus-Fixed-Fee (CPFF) or Firm-Fixed-Price (FFP) arrangements. The contract has a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Key elements include requirements for proposals from offerors, which must include cost and capacity assessment reports, as well as detailed procedures for cost reporting and delivery order placement. The document emphasizes the necessity for quality assurance through inspections, and unique item identification for traceability of delivered items. The solicitation seeks technically capable providers while ensuring fair competition and adherence to government pricing standards. With a focus on establishing a reliable source of repairs for critical military components, this contract reflects the government's strategic aim to maintain operational readiness through the support of domestic contractors in the defense sector.
Lifecycle
Title
Type
Similar Opportunities
48--VALVE ASSEMBLY,MANI, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of valve assemblies as part of a critical procurement effort. The contract requires the contractor to perform extensive refurbishment and inspection of specialized valve components, which are vital for shipboard systems, ensuring safety and operational integrity. This procurement is classified as Level 1 Repair, emphasizing the importance of quality assurance and compliance with stringent military standards, with a proposed delivery schedule of 219 days post-contract award. Interested contractors should direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL, and are encouraged to submit their proposals as Firm Fixed Price offers that include detailed repair plans and timelines.
VALVE,LINEAR,DIRECT
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 of linear direct valves, classified under NAICS code 332919. The procurement aims to ensure the operational readiness of these critical components, which are essential for various naval applications, particularly in submarine and surface ship systems. Interested contractors must adhere to strict quality assurance standards, including Government Source Inspection and compliance with specific material requirements, such as the prohibition of mercury contamination. For further details, potential bidders can contact Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil.
48--VALVE,SOLENOID, 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 solenoid valves. This procurement aims to ensure the operational readiness of critical components used in naval applications, emphasizing the need for high-quality repair services that meet stringent military standards. The contract will require vendors to provide a firm-fixed price quote for the full repair effort, including teardown and evaluation of the components, with a requested turnaround time of 119 days. Interested parties should direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil, with the closing date for proposals set for April 21, 2025.
48--VALVE,PLUG, 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 plug valves. This procurement aims to ensure the operational readiness of critical valve components, which are essential for various naval applications. The contract will require vendors to provide a firm-fixed price quote for the complete repair effort, including teardown and evaluation of the valves, with a turnaround time of 172 days. Interested parties must submit their proposals by May 6, 2025, and can direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805.
48--VALVE ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of valve assemblies, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. This opportunity involves the supply of new manufacture spare parts, with evaluation criteria focusing on lead time, price, past performance, and capacity, requiring bidders to submit firm fixed prices for each Contract Line Item Number (CLIN). Interested vendors must ensure they are approved to manufacture the specified materials, as a Source Approval Request (SAR) is necessary for those not already authorized, and proposals must be submitted via email by the specified closing date, with a minimum validity of 120 days post-submission. For further inquiries, potential offerors can contact Helen Carmelo at Helen.i.carmelo.civ@us.navy.mil or by telephone at 215-697-1138.
Repair of Virginia Class Propulsor Rotor Assembly
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting qualified contractors for the evaluation, repair, and modification of a VA Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement requires adherence to detailed technical specifications and compliance with Navy regulations, including inspections, repairs, and post-repair processes such as painting and balancing, all while ensuring confidentiality and quality control. This opportunity is critical for maintaining the operational readiness of naval vessels, with a delivery deadline set for July 24, 2026. Interested vendors must submit firm fixed-price quotations by April 21, 2025, and can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil for further information.
VALVE,LINEAR,DIRECT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of linear direct valves, classified under the NAICS code 332919. The procurement aims to ensure the operational readiness of these valves, which are critical components in various naval applications, by adhering to strict quality and inspection standards as outlined in the solicitation. Interested contractors must provide detailed quotes including unit prices, repair turnaround times, and compliance with specific material requirements, including the prohibition of mercury contamination. For further inquiries, potential bidders can contact Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil, with the expectation that the contract will be awarded bilaterally upon acceptance of the terms.
48--VALVE ASSEMBLY - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of valve assemblies and other replacement parts through NAVSUP Weapon Systems Support Mechanicsburg. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. Interested contractors must comply with stringent quality assurance and SUBSAFE requirements, with a proposed delivery schedule of 372 days post-contract award. For further inquiries, potential bidders can contact Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
VALVE,LINEAR,DIRECT
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 of linear direct valves. This procurement aims to ensure the operational readiness of critical components used in naval applications, with a focus on compliance with stringent quality and inspection standards. The contract will require the selected contractor to adhere to specific repair and overhaul practices, including the prohibition of mercury contamination, and to provide detailed reporting on repair turnaround times. Interested parties should contact Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil for further details and to submit their proposals.
VALVE ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of valve assemblies, classified under NAICS code 332919. The contract involves the supply of critical components that will be utilized in shipboard systems, where the integrity of the materials is paramount to prevent serious operational failures and ensure personnel safety. Interested vendors must adhere to stringent quality assurance requirements and provide detailed certifications for materials and processes, with the contract expected to be awarded following a thorough evaluation of proposals. For inquiries, potential bidders can contact Scott Youngblood at scott.r.youngblood2.civ@us.navy.mil or via fax at 717-605-4236.