In-Service Submarine Propeller and Propulsor On-Site Repairs
ID: N6449825R0512Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP) contract to provide on-site repairs for in-service submarine propellers and propulsors. The contract aims to support various repair services, including cleaning, non-destructive testing, welding, and addressing defects for submarine components across multiple locations, both within and outside the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's submarine fleet, ensuring that all repairs adhere to strict technical and security requirements, including handling Controlled Unclassified Information (CUI). Interested contractors must submit their proposals by the extended deadline of August 29, 2025, and can direct inquiries to Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil or John N. LaMotta at john.lamotta@navy.mil.

    Files
    Title
    Posted
    This government solicitation outlines a Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for on-site repairs of in-service submarine propellers and propulsors. The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking services for various propeller and propulsor types across multiple CONUS and OCONUS locations, including King's Bay, New England, Norfolk, East Coast Storage, Pacific Northwest, San Diego, West Coast Storage, Pearl Harbor, and Guam. The scope of work includes cleaning, visual and non-destructive testing, welding, and various repairs to address cracks, voids, and surface defects. The contract emphasizes adherence to technical data packages, specific repair procedures, and strict security requirements, including personnel clearances and handling of Controlled Unclassified Information (CUI). The ordering period for the contract is sixty months, with a minimum contract value of $500.00. The solicitation also details provisions for
    This document is an amendment to Solicitation Number N6449825R0512, identified as Amendment/Modification Number 0001. The primary purpose of this modification is to extend the response due date for the Request for Proposal (RFP) from August 11, 2025, at 17:00 EST to August 29, 2025, at 16:30 EST. The amendment specifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price (FFP) contract for on-site repairs of in-service submarine propellers and propulsors. The contract will have a sixty-month ordering period and will be awarded as a single-award IDIQ based on full and open competition. The NAICS code for this requirement is 336611 (Ship Building and Repairing). The scope of work includes various engineering services, on-site repairs at shipyards both within and outside the continental U.S., and providing all necessary tooling and personnel. The contractor must adhere to specific repair requirements, submit detailed reports, and comply with strict security regulations, including those for Controlled Unclassified Information (CUI) and U-NNPI (Unclassified-Naval Nuclear Propulsion Information). Work will be performed at various naval and commercial shipyards, with specific guidelines for facility access, security clearances, and handling of sensitive information. The point of contact for this solicitation is Christopher McCarthy.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) has issued a solicitation for an indefinite-delivery, indefinite-quantity (IDIQ) contract to provide firm-fixed-price services for the on-site repair of in-service submarine propellers and propulsors. This contract will support repairs for various submarine types across multiple geographic locations, including both domestic and overseas sites. The ordering period is set for sixty months, with the anticipated scope encompassing engineering services, tooling provision, and inspections. The solicitation details numerous service categories (CLINs) with defined quantities and pricing over five years, though specific pricing is labeled TBD (to be determined). Standards for repair are outlined, including required visual and non-destructive testing (NDT), and strict adherence to guidelines regarding contractor responsibilities and government oversight. Security requirements mandate that contractor personnel undergo necessary training and maintain proper clearance to access government facilities. The document emphasizes a non-personal services contract nature, clarifying roles and delineating responsibilities to avoid an employer-employee relationship. Overall, the RFP reflects meticulous regulations governing procurement for military service repair contracts, stressing accountability and compliance with various federal standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    20--HUB,PROPELLER,SHIP
    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 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.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    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 GUADALUPE FY26 Mid-Term Availability
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USNS CODY (T-EPF 14) ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Regular Overhaul and Dry Docking (ROH/DD) of the USNS CODY (T-EPF 14) for fiscal year 2026. This procurement involves shipbuilding and repair services, which are critical for maintaining the operational readiness and longevity of naval vessels. Proposals must be submitted by December 12, 2025, at 10:00 AM EST, and interested parties can reach out to Maria Rowlands at maria.a.rowlands.civ@us.navy.mil or by phone at 564-226-1429 for further information.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.