Repair of Torpedo Ejection Pump MK19, QTY 1 EA
ID: N0010425RF019Type: Presolicitation
Overview

Buyer

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

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

POWER AND HAND PUMPS (4320)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Torpedo Ejection Pump MK19, a critical component for the TRIDENT Planned Equipment Replacement Program (TRIPER) supporting Ohio Class submarines. The contract requires the evaluation and repair of government-furnished material in accordance with a detailed Technical Data Package, with a firm fixed price for one unit and a delivery timeline of 420 days post-award. This procurement emphasizes stringent quality assurance, configuration management, and compliance with military and industry standards to ensure operational reliability and personnel safety. Interested contractors must contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details, and the solicitation is governed by FAR Part 15, with a DPAS rating of DX indicating the urgency of the requirement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal government solicitation for a contract related to the repair of the TRIPER program's MK19 Torpedo Ejection Pump. It confirms that the contract is a rated order under the Defense Priorities and Allocations System (DPAS), indicating the urgency of the requirement. The solicitation specifies the timeline for submissions, contact information for inquiries, and the evaluation criteria based on past performance. Key points include the requirement for adherence to a Technical Data Package, submission timelines for certifications, and detailed specifications for delivery and acceptance processes. The contractor must comply with strict packaging and labeling guidelines to ensure safety and regulatory compliance, particularly regarding hazardous materials. The document emphasizes the importance of configuration management, quality assurance, and proper inspection procedures. Deliverable items must be thoroughly documented, and any discrepancies or variations from contract specifications need to be appropriately addressed. Overall, the solicitation reflects the government's intent to ensure high standards for safety and quality in defense-related repairs while maintaining strict compliance with federal acquisition regulations.
    This Technical Data Package pertains to the procurement and refurbishment of a turbine ejector pump designated as SPECIAL EMPHASIS material due to its critical role in shipboard systems. It outlines stringent requirements for material quality, inspection, and certification to minimize risks associated with defective parts that could harm personnel or operational integrity. The document emphasizes the importance of traceability for parts and materials, detailed refurbishment procedures, and adherence to various military and industry specifications such as ASTM and MIL standards. The contractor is mandated to maintain a comprehensive quality assurance system, which includes performing inspections, maintaining records of testing and certifications, and ensuring compliance with specified protocols. Additional specifications detail testing requirements, including hydrostatic, ultrasonic, and radiographic tests, which must be conducted as part of the quality control process. These rigorous standards align with the regulatory context of government RFPs and grants, underscoring the necessity of ensuring contractor accountability and the integrity of materials used in federal projects. The document ultimately aims to safeguard operational reliability and personnel safety through meticulously defined procedures and requirements for the turbine ejector pump refurbishment and procurement.
    Similar Opportunities
    PERISCOPE SUBASSEMB
    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 the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the production of torpedo components, adhering to strict quality and inspection standards, with a delivery timeline of 177 days for two separate line items. The goods are critical for naval operations, emphasizing the importance of compliance with military specifications and quality assurance protocols. Interested vendors should contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure their proposals align with the outlined requirements.
    CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the production of torpedo components, adhering to stringent quality and inspection standards, including compliance with various military specifications and standards. The goods are critical for naval operations, emphasizing the importance of quality assurance and timely delivery, with a desired delivery timeframe of 579 days for the specified quantities. Interested contractors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation.
    13--CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including quality assurance measures and inspection protocols, to ensure the product meets military specifications. The CASE, AFTERBODY TORP is critical for naval operations, emphasizing the importance of quality and reliability in defense materials. Interested vendors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.
    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.
    13--FIN ASSEMBLY,TORPED
    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 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.
    10--SOLENOID,ELECTRICAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of electrical solenoids under a federal contract. This procurement aims to ensure the operational readiness of critical components used in torpedo and depth charge launchers, emphasizing the importance of maintaining high standards in military equipment. Interested contractors must provide a firm-fixed price quote for the full repair effort, including a teardown and evaluation of the components within 90 days of receipt, and adhere to specific quality assurance and packaging standards. For further details, potential bidders can contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.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 soliciting a sole-source contract for the repair of a rotary pump (NSN: 7R 4320 013707977) with a quantity of one. The procurement requires compliance with strict specifications, including configuration management and mercury-free standards for use on submarines and surface ships, as well as adherence to detailed packaging and marking requirements for overseas shipment. This repair is crucial for maintaining operational readiness of military equipment, and contractors must utilize ISO 9001 quality management systems while ensuring all inspections meet original manufacturer's specifications. Interested parties can contact Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of centrifugal pump units under the NAVSUP Weapon Systems Support Mechanic program. The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 166 days, ensuring that the repaired units meet operational and functional standards as specified by the government. These pump units are critical for various naval operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456, with the solicitation details available for review.
    43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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 centrifugal pumps. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various naval applications, by establishing a Repair Turnaround Time (RTAT) of 329 days and requiring Government Source Inspection (GSI). Interested contractors must provide a quote that includes unit price, total price, and their capacity to meet the RTAT, with all freight handled by the Navy. For further inquiries, potential bidders can contact Christopher J. Dare at 717-605-4614 or via email at christopher.j.dare2.civ@us.navy.mil.