PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
ID: N6449826R0503Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Balance Arbor IDIQ
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to manufacture and inspect universal dummy hubs, which are critical for the inspection and repair of Controllable Pitch Propeller (CPP) blades used in various Navy ship classes. This procurement aims to establish a contract with a five-year ordering period and a six-year performance period, utilizing a Best Value Tradeoff Source Selection process to ensure quality and cost-effectiveness. Interested contractors must submit both technical and price proposals, with the RFP closing date extended to January 27, 2026, and can request necessary drawings via email from the primary contact, Grace Haley, at grace.k.haley.civ@us.navy.mil. The total contract value is estimated at $50 million, with a small business participation goal of 48%, amounting to $24 million.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    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.
    LPD17 SCD 31127 and 86344 under Big Blue 3 MAC, N6449821D0013-0023
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the LPD17 SCD 31127 and 86344 under the Big Blue 3 MAC contract, identified by the number N6449821D0013-0023. This opportunity involves shipbuilding and repairing services, which are critical for maintaining the operational readiness and capabilities of naval vessels. Interested vendors are encouraged to log in to the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and search for 'N6449826Q5042' to obtain further details regarding the solicitation. For inquiries, potential bidders can contact Natalie Williams at 267-990-6171 or via email at natalie.a.williams35.civ@us.navy.mil.
    FMS REPAIR - QTY 1- NIIN 016571362
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a "CONTROL, RADIO SET TRANSFER" (NSN: 7R5895016571362, PN: 822-1276-006) as part of a Foreign Military Sales (FMS) requirement for the MH-60R platform. The procurement includes detailed specifications for packaging, marking, inspection, and acceptance of the repaired item, adhering to military standards such as MIL-STD-2073-1 and MIL-STD-129, with particular attention to hazardous materials and Depot Level Repairable (DLR) labels. This repair service is crucial for maintaining operational readiness and support for foreign military partners. Interested contractors should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details regarding the solicitation, which is outlined in document N0038326QN056.
    16--COMPRESSOR,SHAFTDRV, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of compressor shaft drives. This procurement involves the repair of specific items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards, and requires the contractor to manage all aspects of the repair process, including parts supply and compliance with military specifications. The successful contractor will be responsible for ensuring timely delivery and quality assurance, with a defined turnaround time for repairs and acceptance by the Government. Interested parties can contact Albert J. Russo at 215-697-2974 or via email at ALBERT.J.RUSSO17.CIV@US.NAVY.MIL for further details regarding the solicitation.
    30--SUPPORT,CYLINDER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of support cylinders, classified as critical safety items. This procurement requires engineering source approval due to the critical nature of the components, which are essential for shipboard systems that support the launch and recovery of aircraft. Interested vendors must submit proposals that include both non-price factors and pricing, with evaluations focusing more on capacity, delivery, and past performance than on price alone. Proposals must be submitted by 2:00 PM EST on the specified closing date, and inquiries can be directed to Katlyn Galetto at katlyn.m.galetto.civ@us.navy.mil or by phone at 215-697-6549.
    Philadelphia Gear - CGC WILLOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking qualified contractors for drydock repairs on the Coast Guard Cutter WILLOW (WLB 201). The primary objective is to overhaul the propeller and bow thrusters under the supervision of a Technical Representative from Philadelphia Gear, the original equipment manufacturer (OEM), ensuring compliance with proprietary repair methods and standards. This work is critical for maintaining the vessel's main propulsion system, which is essential for its operational capabilities in confined spaces. Interested parties must submit their responses by January 12, 2026, at 1:00 PM EST, and can direct inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil.
    FMS Repair, NIIN 014832443, QTY 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting quotes for the repair of a GEARBOX, ACCESSORY D (NSN: 1615-014832443, Part Number: 70358-26600-046) specifically for the MH-60R platform. This sole source requirement emphasizes adherence to the contractor's repair practices and mandates compliance with ISO 9001 for quality management, along with specific packaging and marking standards. The repair work is critical for maintaining operational readiness of the aircraft, and the contract is expected to be awarded under an existing Basic Ordering Agreement due to limited data on alternative sources. Interested contractors should submit their quotes, including firm-fixed price or Time and Materials pricing, by contacting Taylor M. O'Connor at (215) 698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL, with the performance period set from December 30, 2025, to February 2, 2026.