Repair of QTY 1 EA, SSBN 726 Class Propeller
ID: N0010425RF017Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Boat Building (336612)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of one SSBN 726 Class Propeller, identified by NSN 2S 2010-01-003-6313 P2. Contractors are required to submit a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, with a focus on compliance with quality assurance standards and timely reporting of progress. This procurement is critical for maintaining the operational readiness of military assets, emphasizing the importance of adherence to military specifications and documentation requirements. Interested parties should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the repair of SSBN 726 Class Propellers as part of the Department of Defense (DoD) procurement process. The primary focus involves a Federal Request for Proposal (RFP) where contractors are invited to submit sealed bids for the repair, inspection, and documentation required for a specific propeller identified by serial number 28577. Details include a fixed-price contract type, required delivery of repaired items, and compliance with specific quality assurance standards, including ISO 9001-2015. Key sections cover the supplies/services provided, specific requirements for hazardous materials, inspection procedures, packaging and marking specifications, and clauses under the U.S. Federal Acquisition Regulation (FAR). Additionally, the document emphasizes the guidelines for unique item identification, contract administration, and adherence to security protocols, with a confidential rating required. The necessity of providing documentation such as Material Safety Data Sheets for any hazardous material and strict compliance with packaging standards is highlighted. The contract aims to ensure the efficiency of repairs critical to national defense, indicating a commitment to maintaining operational readiness for military assets. This solicitation reflects the government's structured approach to procure essential services while adhering to regulatory frameworks that govern federal contracting processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List for federal contracts, detailing the required data items and submission guidelines for contractors. It includes sections for contract details, data item title and number, submission frequency, and distribution instructions. The main focus is on the monthly submission of the contractor's progress and management report, which must be formatted in Microsoft Excel and emailed by the fifth working day of each month. Initial submissions are required within 30 days of contract award, with subsequent submissions also monthly. The document outlines responsibilities for data preparation, approval, and distribution, including specifications for technical data and the appropriate price group for cost estimation associated with data items. It emphasizes the importance of timely and accurate data reporting to ensure contract compliance and effective project management, reflecting the document's role in government procurement processes and oversight.
    The DD Form 1423-1 serves as a Contract Data Requirements List for contractors to submit crucial data items related to military contracts. The document outlines essential information including contract identification, data item description, and submission regulations. Notably, contractors must report any deviations from specifications, utilizing the DD Form 1694 for such submissions. The review process for these deviations involves oversight from various technical offices, including DCMA QAR and NSWCPD, mandating a total of 45 days for review and comment. Additionally, all submissions must be accompanied by relevant supporting documents to clarify the requests. The form instructions detail the responsibilities of both government personnel and contractors in providing necessary data, emphasizing the importance of compliance with specified formats and submission timelines. Key points include categorizing data requirements, specifying distribution statements, and determining inspection/acceptance criteria. This structured approach ensures that submitted data meets government standards essential for the successful fulfillment of military contracts while enhancing accountability and transparency in data management practices.
    The document outlines the requirements for submitting the Equipment Damage and Refurbishment Report as part of the Contract Data Requirements List (CDRL) under DD Form 1423-1. It specifies the need for a visual preservation inspection of government-furnished materials, such as propellers, which must adhere to military packaging standards. Required documentation highlights any preservation deficiencies and mandates the use of specific forms (e.g., SF 368, 9245/2, 9243/2) to ensure accurate reporting. Reports must be submitted electronically in PDF format, and adherence to a strict timeline is necessary, allowing government review within ten days. The contractor is responsible for the adequacy and accuracy of the reports, which must comply with established technical requirements. The form also includes instructions for completing the CDRL, detailing how contractors should categorize data items, reference appropriate documents, and estimate costs related to data item preparation. This process supports the government’s oversight and management of contracted services, ensuring compliance and accountability in reporting and inspection of critical materials.
    The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) pertinent to item inspection and repair within defense contracts. This form specifies the need for various inspection reports for equipment, such as visual technical inspection reports for propellers and propeller blades, which must adhere to prescribed formats unless prior approval for changes is obtained. It emphasizes the electronic submission of reports in PDF format, ensures that contractor formats may be used for other government-furnished materials, and mandates a review period of 45 days for government approval. The document also provides detailed instructions on filling out the form, allowing for precise data capturing related to contract obligations, including submission frequency, distribution, and compliance requirements. The underlying purpose of this form is to streamline data collection related to defense contracts, ensuring that technical and compliance standards are met while facilitating communication between contractors and contracting officers.
    The DD Form 1423-1 outlines requirements for submitting data items in government contracts, specifically focusing on data related to item inspection and repair. Central to the form is the requirement for a detailed Dimensional Inspection Report for propellers and associated equipment, mandating specific formats and adherence to technical standards established by the NSWCPD. The contractor must submit inspection results electronically, and all reports must conform to prescribed formats unless otherwise approved. The document also stipulates the approval process for data submissions, including review timelines and distribution instructions. Additionally, the form specifies the requirements for estimating data item prices based on various categorization groups, guiding contractors on the costs associated with data item preparation. This comprehensive data requirements list is critical for ensuring compliance and quality in government contracting processes, especially related to defense operations and materials management.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense for documenting specific information related to data item requirements in contracts. This form outlines essential details, including contract line items, categories of data, and submission instructions for various inspection and certification reports concerning military equipment, particularly propellers and related components. Contractors are required to submit certification documentation electronically, with specific formats and deadlines established, such as the submission being due within five days post-approval by the Government representative. The form also emphasizes tailored specifications for reports, including details on addressees and submission processes. Additionally, it instructs on entering pricing groups for cost estimates associated with developing required data items. This document serves as a critical tool in ensuring the necessary data compliance while maintaining streamlined communication and documentation processes within government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    20--HUB,PROPELLER,SHIP
    Dept Of Defense
    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.
    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.
    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.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a rotary pump, specifically the National Stock Number (NSN) 7R 4320 013707977, on a sole source basis from Sikorsky. The procurement involves a total quantity of one unit and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is critical for maintaining operational readiness and support for military aircraft systems. Interested parties are encouraged to submit their capability statements or proposals by email to Contract Specialist Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil, with the solicitation expected to be issued around December 15, 2025, and responses due by January 14, 2026.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    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.
    25--PROPELLER SHAFT WIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the Propeller Shaft WIT, identified by NSN 2520011415879. This solicitation is part of a combined synopsis/solicitation process, and the approved sources for this item include specific manufacturers, ensuring compliance with established standards. The propeller shaft is a critical component in vehicular equipment, playing a vital role in the transmission and power train systems of military vehicles. 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. The delivery is expected at the DLA Distribution Depot in Oklahoma within 56 days after order placement.
    FMS Repair of PUMP HOUSING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a PUMP HOUSING (NSN: 1610015358762, Part Number: 1006864-1) as part of its Foreign Military Sales (FMS) program. This solicitation outlines specific requirements for repair, quality assurance, packaging, and marking, ensuring compliance with federal acquisition regulations and best practices for overseas shipment. The successful contractor will play a crucial role in maintaining military equipment essential for defense operations. Interested parties should contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or call 215-697-1219 for further details, as the solicitation emphasizes adherence to various contractual terms and conditions without a set-aside for small businesses.