Request for Information-Sources Sought for N6449824R0057
ID: N6449824R0057Type: Sources Sought
Overview

Buyer

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

NAICS

Turbine and Turbine Generator Set Units Manufacturing (333611)

PSC

STEAM TURBINES AND COMPONENTS (2825)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), has issued a Request for Information (RFI) to gather market insights for the procurement of Steam Propulsion Plant Original Equipment Manufacturer (OEM) hardware components, specifically the Model 44BH-2 Forced Draft Blower (FDB) Rotors and associated overhaul kits. The primary objective is to acquire these components from Kampi Component Company, Inc., the sole U.S. Government distributor for Elliott Manufacturing, in support of the Fleet's Steam Critical Spares Program, which is crucial for maintaining operational capabilities of steam propulsion systems. Interested parties are invited to submit their capabilities electronically by September 23, 2024, with all submissions becoming government property and treated confidentially. For further inquiries, Stephen F. Green can be contacted at stephen.f.green.civ@us.navy.mil or by phone at 267-858-8114.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD), has issued a Request for Information (RFI) regarding the procurement of Steam Propulsion Plant Original Equipment Manufacturer (OEM) hardware components from Elliott Manufacturing for the Model 44BH-2 Forced Draft Blower (FDB) Rotors and associated overhaul kits. The intention is to acquire these components exclusively from Kampi Component Company, Inc., as they are the sole U.S. Government distributor for Elliott Manufacturing, per FAR 6.302-1, which states that only one source is adequate for the requirement. This RFI is primarily for market research to gather information to inform procurement strategies, rather than a formal solicitation. Responses to the RFI must detail the ability to provide the requisite components and must be submitted electronically by September 23, 2024. All submissions will become government property and will not be compensated. The government emphasizes that this is not a promise for future contracts and is simply a mechanism to explore potential options in the marketplace. It concludes by noting that all proprietary information will be treated confidentially and will not be disclosed without permission.
    The Statement of Work (SOW) outlines the requirements for the refurbishment and procurement of the LHD-1 Class Forced Draft Blower rotor and related overhaul kits by the Naval Surface Warfare Center Philadelphia Division (NSWCPD). This contract requires non-personal services and establishes no employer-employee relationship between the U.S. Government and contractor personnel, ensuring clarity of responsibilities and obligations. The scope includes support for the Fleet related to the Steam Critical Spares Program, focusing on engineering, inspection, maintenance, and logistics for Steam Propulsion Plant equipment. The contractor is tasked with procuring new Elliot FDB rotor units and overhaul kits, which include comprehensive lists of required materials and parts. Additionally, the contractor must adhere to numerous applicable documents and regulations, develop a Commonality and Standardization Plan, and implement a parts obsolescence program. Security requirements, including the protection of critical information and controlled unclassified information (CUI), are emphasized, alongside operations security. The entire project will be performed at the contractor’s facility, highlighting a collaborative approach to support the U.S. Navy's operational capabilities and maintain critical systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    28--BLOWER,ENGINE,EAPS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Blower, Engine, EAPS, under a sole source requirement. The procurement involves the repair, testing, and inspection of specific engine components, which are critical for maintaining operational readiness in military aircraft. Interested contractors must ensure compliance with stringent quality and inspection standards, including ISO 9001/SAE AS9100, and provide a quote that includes either a firm-fixed price or time and materials pricing, with proposals remaining valid for a minimum of 120 days. For further inquiries, potential bidders can contact Katlyn Galetto at katlyn.m.galetto.civ@us.navy.mil or by phone at 215-697-6549.
    43--ROTOR,AIR COMPRESSO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the rotor for air compressor, identified by NSN 4310012733693. This solicitation is part of a combined synopsis/solicitation process, and the approved sources for this component include specific manufacturers, ensuring compliance with defense standards. The goods are critical for maintaining operational readiness in various military applications, emphasizing the importance of reliable air compression systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil, with a delivery deadline set for 168 days after order placement.
    43--STATOR ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure a Stator Assembly, identified by NSN 7H-4320-011070470, with a quantity of three units. This procurement is critical as it involves specialized components for military applications, and the government does not possess the necessary drawings or data rights to source this item from alternative suppliers, making it essential to engage with qualified vendors. Interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the presolicitation notice, with all proposals being considered by the government. For further inquiries, potential bidders can contact Steve P. Smithey at (717) 605-7751 or via email at STEVE.SMITHEY@NAVY.MIL.
    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.
    29--SENSOR,EXHAUST VALV
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SENSOR, EXHAUST VALV, identified by NSN 2990016648583. The requirement includes a quantity of one unit to be delivered to the USS Gerald R. Ford (CVN 78) within 20 days after order (ADO), with approved sources specified for the item. This procurement is critical for maintaining the operational readiness of naval vessels, as exhaust valves are essential components in engine systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    Vapor International LLC- Vessel Boiler Parts
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of vessel boiler parts from qualified small businesses. This opportunity involves the supply of brand name commercial products, specifically OEM replacement parts for a ship's boiler, with a focus on various coils and ABS certification. The procurement is critical for maintaining operational readiness and efficiency of naval vessels, emphasizing the importance of reliable and high-quality components. Interested vendors must submit their quotes by 10:00 AM on November 25, 2025, and are encouraged to direct any inquiries to Brian Schuyler at Brian.d.schuyler.civ@us.navy.mil, with a required delivery date set for January 30, 2026. Registration in the System for Award Management (SAM) is mandatory for participation.
    41--BLOWER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23 units of a Blower Assembly, identified by National Stock Number (NSN) 4140010899585. This solicitation is part of a Request for Quotation (RFQ) process, and the approved source for this assembly is identified as 62983 410970. The Blower Assembly is critical for various applications within military logistics, ensuring efficient air circulation and temperature control in equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, contact the DLA at DibbsBSM@dla.mil, and ensure quotes are submitted by the specified deadline of 168 days after the award date.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.