Landing Craft Air Cushion 100 (LCAC100) Class Lift Fan Impeller Blade Upgrade
ID: N61331-25-R-NP01Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT PROPELLERS AND COMPONENTS (1610)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center, intends to award a firm fixed price contract for the upgrade of the Lift Fan Impeller Blade for the Landing Craft Air Cushion 100 (LCAC100) class. This procurement involves establishing an interim production and depot repair retrofit contract with the General Tool Company for various components, including GEN2 Lift Fan Impeller Blades and associated assemblies, totaling 162 units. The upgrades are critical for maintaining the operational readiness of the LCAC100, which plays a vital role in amphibious operations. Interested parties can direct inquiries to Nitaya Prater at nitaya.prater.civ@us.navy.mil, with funding sourced from Fiscal Year 2024 Other Procurement Navy, and an estimated completion timeline of 36 months post-award.

Point(s) of Contact
Files
Title
Posted
Oct 21, 2024, 9:45 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center Panama City Division for Personal Assistance Services (PAS) aimed at supporting individuals with disabilities, specifically for feeding assistance services to a quadriplegic employee. The RFP includes various supply line items for the services over a period that encompasses a base year and three six-month options. Key requirements detail the on-site services at NSWC PCD and off-site services at the employee’s home, including specific tasks related to daily living and feeding. The contractor is responsible for providing necessary materials and a monthly status report to document progress. Access to government facilities requires adherence to security protocols, and all work must occur under government oversight. Costs related to contract performance, and compliance with security and operations management standards, are emphasized throughout. This RFP represents a commitment to enhancing employment opportunities for individuals with disabilities within a government context, highlighting the significance of supportive services to facilitate their daily work life.
Oct 21, 2024, 9:45 PM UTC
The Naval Surface Warfare Center Panama City Division is seeking contractor support to provide Personal Assistance Services (PAS) aimed at individuals with disabilities in the workplace. This contract includes a base year and three optional 6-month extensions, focusing on services for a quadriplegic employee, both onsite at NSWC PCD and offsite during telework days. The defined services encompass food preparation, feeding assistance, and light cleanup, to be conducted during specified hours. Contractors are responsible for providing essential materials such as feeding utensils and a comfortable chair. Additionally, the contractor must prepare a monthly status report detailing progress, challenges, and solutions. Access to government facilities is restricted and monitored, and contractors must comply with security protocols for unclassified information. The proposal emphasizes the importance of presenting a capable workforce while ensuring operational and data security is maintained. The selection will consider past performance and the overall cost of services. This RFP reflects the government's commitment to supporting disability inclusion in the workplace while maintaining strict oversight and quality assurance in service delivery.
Oct 21, 2024, 9:45 PM UTC
The government solicitation N61331-25-R-NP01 seeks Personal Assistance Services for individuals with targeted disabilities, specifically noting one quadriplegic in need of assistance. This notice indicates that it is a re-competition of an existing contract (N6133123P0202) rather than the initial contract, which suggests a desire for continuity in service for specific needs. The solicitation allows for contractors to present past experience rather than just past performance evaluations, indicating a broader acceptance of qualifications. The focus is on securing quality assistance for individuals with disabilities requiring specialized support, showcasing the government's ongoing commitment to providing essential services for vulnerable populations while fostering competition among service providers.
Oct 21, 2024, 9:45 PM UTC
The document outlines a combined synopsis and solicitation for personal assistance services aimed at individuals with targeted disabilities, specifically addressing the needs of quadriplegics. It is a re-compete of a previous contract, identified as N6133123P0202. Key details include that only one quadriplegic individual requires assistance, and the government will accept past experience as a substitute for formal past performance evaluations. Services are expected to commence approximately three to four weeks post-award, contingent upon the status of contract deliverable reports, which may necessitate one or two submissions based on the timing of the award. Overall, this solicitation reflects the government's commitment to providing essential support services for individuals with disabilities and emphasizes the importance of timely service initiation post-contract award.
Oct 21, 2024, 9:45 PM UTC
The document outlines a solicitation notice (ID: N61331-25-R-NP01) for Personal Assistance Services targeted at individuals with disabilities, specifically for quadriplegics. It serves as a re-compete following a previous contract (N6133123P0202). Key questions and answers address operational specifics, such as the anticipated start date for service, which is three to four weeks post-award, and clarification on service requirements, including that toileting assistance and lifting are not necessary. The contractor will prepare and provide meals, using existing employee utensils and workspace without needing additional furniture. Overall, the RFP emphasizes the provision of necessary daily living assistance while ensuring compliance with prior service standards and contractor experience. The document serves to guide potential contractors in understanding service expectations and operational parameters as part of the federal government’s initiative to support individuals with targeted disabilities.
Oct 21, 2024, 9:45 PM UTC
The U.S. government has issued a Request for Proposal (RFP) (N61331-25-R-NP01) seeking personal assistance services for individuals with targeted disabilities, specifically focusing on one quadriplegic individual. This contract is a re-compete of a prior contract (N6133123P0202), allowing contractors to submit their past experience in lieu of past performance evaluations. Services are anticipated to commence three to four weeks post-award, adhering to a task framework established in Section 3.3 regarding Daily Living Services. Notably, routine tasks do not include toileting, and feeding logistics allow for flexibility in workspace arrangements. The government specifies a minimum of two hours for daily tasks, accommodating associated preparatory and wrap-up activities, ensuring service providers do not incur loss. Importantly, the total required labor remains unchanged, with no adjustments to the patient’s support needs outlined in the Statement of Work. The document reflects the government's commitment to meeting specific care requirements while maintaining clarity in contractual expectations and service details.
Lifecycle
Title
Type
Presolicitation
Combined Synopsis/Solicitation
Similar Opportunities
28--BLADE,TURBINE ENGIN, 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 turbine engine blades under the contract titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement requires qualified contractors to provide firm-fixed price quotes for the repair of 145 turbine engine blades, with a specified Repair Turnaround Time (RTAT) of approximately 126 days after receipt of the assets. These turbine blades are critical components for military aircraft, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must submit their quotes electronically to the primary contact, Leigh E. Catchings, at leigh.e.catchings.civ@us.navy.mil, with a minimum quote validity of 90 days, and are encouraged to provide accelerated delivery options.
28--BLADE,TURBINE ENGIN, 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 turbine engine blades. The procurement focuses on the repair of a specific part, the Blade, Turbine Engine (P/N: L47573P01, NSN: 7HH 2835 014578172), with a quantity of 196 units, requiring a firm-fixed price or not-to-exceed pricing structure. This contract is critical for maintaining operational readiness and ensuring the reliability of naval aviation assets. Interested contractors must submit their quotes electronically to the designated contact, Leigh E. Catchings, at leigh.e.catchings.civ@us.navy.mil, with a required repair turnaround time of approximately 126 days after receipt of the asset. The solicitation emphasizes strict adherence to quality assurance standards and includes provisions for price reductions for delays in meeting the turnaround time.
28--BLADE,COMPRESSOR,AI, 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 compressor blades under the contract titled "28--BLADE,COMPRESSOR,AI, IN REPAIR/MODIFICATION OF." This procurement requires vendors to provide firm fixed pricing for full repairs, as well as pricing for items deemed beyond repair, while adhering to specific turnaround times and quality assurance standards. The compressor blades are critical components in aircraft engine systems, emphasizing the importance of reliable and efficient repair services to maintain operational readiness. Interested contractors should direct inquiries to Nghia Truong at 717-605-3680 or via email at nghia.truong@navy.mil, with proposals expected to comply with the outlined requirements and deadlines.
28--BLADE,COMPRESSOR,AI, 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 compressor blades, identified by part number K157G02 and NSN 7HE 2840 011222398 AI. The procurement requires a firm-fixed price or not-to-exceed pricing for the repair of 584 units, with a requested Repair Turnaround Time (RTAT) of approximately 44.798 days after receipt of the assets. This contract is critical for maintaining the operational readiness of aircraft engines, as the compressor blades are essential components in gas turbine engines. Interested contractors must submit their quotes electronically to Leigh E. Catchings at leigh.e.catchings.civ@us.navy.mil, with a minimum quote validity of 90 days, and are advised that any delays in meeting the RTAT may incur price reductions.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.
Propeller, Marine, 2010-01-137-4681
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking offers for the procurement of marine propellers under the presolicitation notice titled "Propeller, Marine, 2010-01-137-4681." The requirement includes a total quantity of 192 each, with various increments solicited ranging from 1 to 192 units, and the delivery schedule is set for 188 days after receipt of order (ARO). These propellers are critical components for ship and boat propulsion systems, emphasizing the importance of reliable supply for military maritime operations. Interested suppliers are encouraged to submit offers, with the solicitation expected to be available on DIBBS on or after May 5, 2025, and should direct inquiries to Mandy Phipps-Kuhlman at mandy.phipps-kuhlman@dla.mil.
2010-01-137-2013 Propeller, forward
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking offers for the procurement of 321 units of forward propellers, specifically part number 5268342 from approved source Reinhold Industries Inc. This acquisition is critical for military applications, as these components are essential for ship and boat propulsion systems. The solicitation will be available on the DLA Internet Bid Board System (DIBBS) on or after April 16, 2025, and interested suppliers must ensure they have the necessary certifications to access the militarily critical technical data associated with this procurement. For further inquiries, potential bidders can contact Mandy Phipps-Kuhlman at mandy.phipps-kuhlman@dla.mil.
BLADE SET, FAN, NON-AIRCRAFT GAS TURBINE ENGINE NSN: 2835-01-5126291
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is conducting market research to identify sources capable of manufacturing a non-aircraft gas turbine engine fan blade set, specifically NSN 2835-01-5126291. The procurement involves acquiring 160 units of this component, and suppliers are invited to respond to a questionnaire detailing their capabilities, certifications, and pricing strategies by April 28, 2025. This opportunity is critical for ensuring the availability of essential components for military applications, adhering to government standards for quality and compliance. Interested manufacturers should submit their responses to Contract Specialist Steven Chomos at steven.chomos@dla.mil by the specified deadline to be considered for future solicitations.
16--BLADE ASSEMBLY,MAIN, IN REPAIR/MODIFICATION OF
Buyer not available
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 Main Blade Assembly, a critical component used in helicopter rotor systems. The procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current supplier, and all repairs must adhere strictly to approved procedures outlined in the Statement of Work. This contract is essential for maintaining operational readiness and reliability of naval aviation assets. Interested contractors must ensure they are an approved source and submit the necessary documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Jacob Wells at jacob.r.wells1@navy.mil or by phone at 215-697-1227.
Repair of LCS-1 Waterjets & Impeller Drive Shafts
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure repair services for Waterjet and Impeller Drive Shaft assemblies for the Freedom Class Littoral Combat Ship (LCS-1) on a sole-source basis from Rolls-Royce Marine North America. The contract will encompass the repair and repackaging of specific components, including the 172AX MK1 Boost and Steerable Waterjet assemblies, and the Impeller Drive Shaft Assembly, under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) framework. This procurement is critical for maintaining the operational readiness and performance of naval vessels, ensuring compliance with established Navy standards and protocols. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Michaela Del Rossi at Michaela.C.Delrossi.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with the offer due date extended to June 5, 2025.