Monobloc Propeller Procurement
ID: N64498-24-RFPREQ-PD-42-0235Type: Sources Sought
Overview

Buyer

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

NAICS

Other Nonferrous Metal Foundries (except Die-Casting) (331529)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking competitive bids for the procurement of U.S. Navy Monobloc Propellers and Caps, specifically for ship classes CVN, LHD, and LCC. The contract will involve the manufacturing and delivery of an estimated 12 monobloc propellers and various caps, totaling 23 items annually, under a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a performance period of five years. This procurement is crucial for maintaining the operational capabilities of the U.S. Navy's fleet and will be awarded on an unrestricted basis, following the guidelines of 10 U.S.C. 2304 and Federal Acquisition Regulations 6.401(b). Interested parties can reach out to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil or Heather Rhoads at heather.l.rhoads2.civ@us.navy.mil for further information, with a Sources Sought notice having been issued from November 22 to December 6, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is soliciting bids for the manufacturing and delivery of U.S. Navy Propellers and Caps for various ship classes, including CVN, DDG, LHD, and LCC. The estimated annual requirements include specific quantities for the CVN-77 Monobloc Propeller and its associated caps, as well as for propellers and caps for LHD-1 and FFG-62 vessels. The anticipated contract is a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year performance period. A Sources Sought notice was published on SAM.gov for 15 days, with bids due by December 6, 2024. This procurement is open to all suppliers and is not restricted to small businesses, complying with federal acquisition regulations. The announcement is meant for informational purposes and does not invite solicitations at this time, emphasizing the competitive nature of the contract under the Federal Acquisition Regulations.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking competitive bids for the manufacturing and delivery of U.S. Navy Propellers and Caps, specifically for ship classes CVN, LHD, and LCC. The estimated quantities include 12 monobloc propellers and various caps for different classes, totaling 23 items annually. This procurement will utilize a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with an anticipated performance period of five years. A Sources Sought notice was issued on SAM.gov from November 22 to December 6, 2024, to gather interest for this unrestricted competition, which is not set aside for small businesses. The contract will be awarded according to 10 U.S.C. 2304 and Federal Acquisition Regulations 6.401(b), classified under Product Service Code 2010. This announcement serves informational purposes only, with no solicitations requested at this time.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) seeks competitive bids for the manufacture and delivery of U.S. Navy Propellers and Caps for various ship classes, including CVN, DDG, LHD, and LCC. The procurement includes specific annual quantities, notably for the CVN-77 and DDG-1000 models. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract is anticipated, featuring a one-year base period followed by four option years. A Sources Sought notice was issued on SAM.gov, indicating that this procurement will not be restricted to small businesses. The competitive award process adheres to federal acquisition laws. This announcement serves informational purposes, with no solicitations currently requested. The strategic aim is to ensure readiness and sustainability of U.S. naval capabilities through reliable parts sourcing.
    The Statement of Work (SOW) outlines the procurement requirements for Monobloc Propellers and Caps by the Naval Surface Warfare Center Philadelphia Division (NSWCPD). This contract entails non-personal services directed towards the manufacturing and testing of propulsion components for U.S. Navy vessels, specifically focusing on Fixed Pitch Propellers and Propeller Caps. The contractor is responsible for adhering to specified engineering standards and conducting various inspections and quality controls throughout the manufacturing process. Key tasks include providing monthly status reports, maintaining government-furnished property, and ensuring personnel are certified and qualified in relevant inspection and welding procedures. The contractor must comply with numerous security and operational protocols, including safeguarding classified and controlled unclassified information. The scope emphasizes compliance with applicable Navy and DoD standards, maintaining excellent documentation of quality and inspection results, and notifying the contracting officer of any issues. Overall, the SOW emphasizes a non-employment relationship between the government and contractor personnel, mandates strict oversight on manufacturing standards, and details extensive documentation and compliance requirements necessary for fulfilling the contract successfully while ensuring the readiness of naval propulsion systems.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    USS GONZALEZ (DDG-66) PORT AND STARBOARD CONTROLLABLE PITCH PROPELLER (CPP) PRAIRIE AIR AND VALVE ROD
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Port and Starboard Controllable Pitch Propeller (CPP) Prairie Air and Valve Rod components for the USS GONZALEZ (DDG-66). The procurement requires new parts, specifically the Number One Coupling and CPP Propulsion Hub Retaining Bolts, as detailed in the attached Statement of Work (SOW), with no refurbished or used parts accepted. This solicitation is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with reliable and efficient propulsion components. Interested vendors should submit their responses to the combined synopsis/solicitation (RFQ number N5005426Q0050) by contacting Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil, with all submissions to be made electronically via SAM or PIEE, as no paper copies will be available.
    Balance Arbor IDIQ
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract titled "Balance Arbor IDIQ." This contract aims to manufacture and inspect large/intermediate universal dummy hubs, which are essential for the inspection and repair of Controllable Pitch Propeller (CPP) blades used in various Navy ship classes. The awarded contractor will be responsible for adhering to specific technical requirements outlined in the Statement of Work (SOW) and must comply with quality management standards, including ISO 9001, while performing work at their own facilities. Interested parties should contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil for further details, with the total contract value estimated at $50 million and a performance period extending up to six years.
    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.
    30--PULLEY,GROOVE - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of replacement parts, including pulleys and gears, classified as Flight Critical items. The procurement aims to ensure the availability of essential components that are vital for shipboard systems enabling the launch and recovery of aircraft, emphasizing the importance of quality and compliance with stringent engineering standards. Interested manufacturers must submit a Source Approval Request to be eligible for award, as only approved sources will be considered, with the proposal submission deadline extended to December 16, 2025. For further inquiries, potential bidders can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    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.
    16--WHEEL ASSY, FWD HOR - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight critical replacement parts, including the Forward Horizontal Wheel Assembly. These items are essential for a crucial shipboard system that facilitates the launch and recovery of aircraft, and their integrity is vital to prevent serious personnel injuries or loss of aircraft. The solicitation is classified as a sole source spares procurement, and interested parties must submit their proposals by the extended deadline of December 15, 2025. For further inquiries, potential bidders can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL.
    SPE4A726R0262,1610016636530,HUB,PROPELLER,AIRCR,1009110-2
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 308 aircraft propellers, specifically identified by NSN: 1610016636530 and Part Number: 1009110-2. This procurement is classified as a sole source acquisition, with Hamilton Sunstrand Corporation being the only approved source, and requires interested manufacturers to submit a complete source approval package if they are not the approved source. The contract will be a firm fixed-price agreement, with delivery expected within 292 days after receipt of order to DLA Distribution in New Cumberland, PA. The solicitation is set to be issued on December 22, 2025, with proposals due by January 21, 2026; interested parties can contact Renee Wassum at Renee.Wassum@dla.mil for further information.