CCP OD BOX SERVICE
ID: N0040625Q0335Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for a firm, fixed-price contract for the procurement of controllable pitch propeller (CPP) oil distribution box service technical assistance to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The proposal is due by 12:00 PM on March 10, 2025, and will be evaluated based on price, technical acceptability, and past performance. The contractor must provide oversight and technical guidance for the removal and installation of the CPP system while adhering to strict compliance with safety, environmental regulations, and military access protocols. Contractors are warned of the necessity to comply with the Defense Biometric Identification System for base access and the particular conditions for worker entry into Japan. The project is scheduled to occur from March 17 to May 1, 2025, with specified on-site performance periods. The document underscores the importance of understanding contract requirements, emphasizing risk assessment regarding pricing, and detailing documentation and safety protocols necessary for compliance and successful project execution.
    Lifecycle
    Title
    Type
    CCP OD BOX SERVICE
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    JAMES REPAIR FEEDBACK CIRCIUT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to address technical issues with the Controllable Pitch Propeller (CPP) system on a Cutter, as outlined in a Special Notice. The primary objectives include resolving astern creep at HP 0 in Dual Engine Maneuvering Mode and addressing engine speed loss during Starboard Cruise mode, which requires adjustments to the feedback circuit and CanMan programming. This procurement is critical for maintaining operational efficiency and safety of the Cutter, with the contractor expected to restore the equipment to normal operation and deliver a final report within three days of the performance period, which spans from March 7 to March 14, 2025, at Naval Station Norfolk. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details.
    Manufacture of Large or Intermediate Type Universal CPP Dummy Hub(s)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors for the manufacture of large or intermediate type Universal Controllable Pitch Propeller (CPP) Dummy Hubs, which are critical components for various U.S. Navy ship classes. The procurement aims to establish a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with responsibilities including the production, inspection, and packaging of dummy hub assemblies, while adhering to stringent quality management and security protocols. Interested firms must submit capability statements by April 5, 2025, as part of a market research initiative, with the anticipated contract award and performance commencement set for December 2025. For further inquiries, interested parties can contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    L--Technical Representative Services
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND is seeking Technical Representative Services. These services will provide on-site support and technical oversight to install, flush, and test CPP Valve Rod Assembly and Prairie Air Tube Assembly. The services will be fulfilled at U.S. Naval Ship Repair Facility Japan Regional Maintenance Center (SRF-JRMC), Yokosuka, Japan. The procurement will be awarded to Rolls-Royce Marine North America on an unrestricted sole source basis. Interested parties can express their interest or submit proposals before the offer due date. The solicitation will be posted on the NECO website on or about October 17, 2019, with proposals due by October 22, 2019. The contract will be a Firm Fixed-Price, Service type contract awarded in accordance with FAR parts 12 and 13.5. Evaluation will be conducted using 52.212-2 Evaluation of Commercial Items. All responsible sources may submit a proposal. The solicitation and any amendments will be posted on the NECO website. Offerors are responsible for downloading the solicitation and monitoring the website for amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    Repair of QTY 1 EA, SSBN 726 Class Propeller
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support MECH office, is seeking contractors for the repair of one SSBN 726 Class propeller. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, highlighting the importance of reliable propulsion components in naval operations. Interested parties should contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details regarding the presolicitation notice, as specific deadlines and funding amounts have not been disclosed in the current overview.
    Repair of NIIN 015001903/ RPC PUMP (MISSION SYSTEM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of the RPC Pump associated with National Item Identification Number (NIIN) 015001903. This procurement involves the repair of five components intended for Foreign Military Sales to Kuwait, and interested contractors must demonstrate their technical capacity for repairs, including whether they are the Original Equipment Manufacturer (OEM). The opportunity is critical for maintaining operational readiness and supporting international defense commitments. Interested parties are invited to submit their proposals, capability statements, or quotations within 45 days of the posting, and inquiries should be directed to Jessica Harpel at Jessica.l.harpel2.civ@us.navy.mil.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    SONAR DOME RUBBER WINDOW SERVICE
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) testing and inspection services at the SRF Yokosuka in Japan. This procurement aims to ensure the operational readiness of U.S. Navy ships by providing essential maintenance services, with a firm, fixed-price contract anticipated. The work is scheduled to take place from May 12 to May 16, 2025, and is part of a total small business set-aside initiative, emphasizing the Navy's commitment to engaging small and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by noon on March 7, 2025, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.