Shot Peening - Norfolk Naval Shipyard
ID: N4215825Q0066Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for shot peening services on a CVN propeller shaft coupling flange (SN 2289). The contractor will be responsible for performing shot peening in accordance with SAE AMS2430 standards, covering approximately 450 square inches of the flange, with work scheduled to take place between August 15, 2025, and September 30, 2025. This procurement is crucial for maintaining the operational integrity of naval vessels, ensuring compliance with safety and quality assurance standards. Interested small businesses, particularly those that are Women-Owned Small Businesses (WOSB), should contact Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or call 757-967-4014 for further details and to obtain the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a Request for Proposal (RFP) for shot peening services on a CVN propeller shaft coupling flange for the Norfolk Naval Shipyard. The solicitation, identified as N4215825Q0066, is a Women-Owned Small Business (WOSB) set-aside, with a performance period from August 15, 2025, to September 30, 2025. The document details administrative, contractual, and technical requirements, including definitions, safety regulations, and invoicing procedures via the Wide Area WorkFlow (WAWF) system. It incorporates various Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses, covering aspects like small business programs, anti-trafficking measures, and cybersecurity. The file emphasizes compliance with government regulations and outlines specific points of contact for contract administration.
    This document outlines the estimated public reporting burden for a collection of information, averaging 333 hours per response, including time for reviewing instructions, searching data sources, gathering and maintaining data, and completing the information collection. Comments regarding this burden estimate or any other aspect of the information collection, including suggestions for reducing the burden, should be sent to the Department of Defense, Executive Services Directorate, 0704-0188. Respondents are advised that no person shall be subject to any penalty for failing to comply with a collection of information if it does not display a currently valid OMB control number. The document also specifies various data item requirements, including instructions for completing the DD Form 1423, contract data requirements list, and details on estimated price groups for data items. These groups categorize data based on its essentiality to the contractor's primary effort and the additional work required for government conformity and delivery.
    This Statement of Work (SOW) outlines the requirements for shot peening one CVN propeller shaft coupling flange (SN 2289) for the Norfolk Naval Shipyard (NNSY). The work, totaling approximately 450 square inches, will be performed within the Controlled Industrial Area of NNSY between August 15, 2025, and September 30, 2025, with 4-8 days' notice required before services. The contractor must submit a detailed shot peening procedure for approval, provide all necessary equipment and containment, and ensure compliance with various safety and quality assurance standards, including SAE AMS2430. Key responsibilities include adhering to specific peening intensity (0.012-0.016A) and coverage requirements, with NNSY handling surface cleaning and providing facility support like compressed air and electrical connections. Contractors must also comply with NNSY's security protocols, including obtaining DBIDS credentials for base access, and fulfill Enterprise-wide Contractor Manpower Reporting Application (ECMRA) requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Relief Valve & Valve Relief Kit
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the procurement of relief valves and valve relief kits under solicitation N4215826QE008. This opportunity is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and requires compliance with specific federal acquisition regulations, including packaging and inspection standards. The goods are critical components for naval operations, ensuring safety and functionality within the fleet. Interested vendors must submit their quotations via email to Michelle Augustus by the closing date, with proposals due to include technical capability, pricing, and acknowledgment of any amendments by December 8, 2025.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    SHAFT,SHOULDERED
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide "SHAFT, SHOULDERED" material, designated as Special Emphasis Material for critical shipboard systems. This procurement requires adherence to stringent specifications regarding material quality, including quantitative chemical and mechanical analysis, non-destructive testing, and compliance with various military and industry standards such as ISO-9001 and MIL-STD-792. The materials are essential for ensuring the reliability and safety of naval operations, as failures could result in serious personnel injury or loss of vital systems. Interested parties should contact Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, with the contract expected to be awarded following a thorough evaluation of submitted proposals.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    PENETRATOR,ELEC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of an electrical penetrator, designated as "PENETRATOR,ELEC," through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the supply of specialized materials that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship itself. The procurement is classified under NAICS code 336612 (Boat Building) and PSC code 2040 (Marine Hardware and Hull Items), with a focus on ensuring compliance with stringent quality assurance and inspection requirements. Interested vendors should contact Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL for further details, noting that the solicitation includes a notice of total small business set-aside and emphasizes the importance of past performance in the evaluation process.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    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.
    13--FIN ASSEMBLY,TORPED
    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 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    43--SEAL ASSEMBLY,SHAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of the Seal Assembly, Shaft (NSN 4320-01-622-0734). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and aims to fulfill the need for critical components used in various defense applications, particularly in the pumps and compressors sector. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 140 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    COUPLING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of couplings, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for delivering the specified couplings within 365 days of contract award, with a focus on compliance with detailed specifications and certification requirements. Interested parties should contact Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL for further information and to ensure their proposals are submitted by the extended closing date.