US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
ID: N6449825R0504Type: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified contractors to provide Global Repair Services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to support the Submarine Diesel Readiness & Sustainment Program by offering OEM services, including damage assessment, failure analysis, and emergent technical support for various submarine classes, specifically the SSBN/SSGN 726, SSN 688, and SSN 21 classes. This contract is crucial for maintaining the operational readiness of the Navy's submarine fleet, ensuring that the EDG systems are effectively supported and sustained. The Request for Proposal (RFP) is expected to be released in May 2025, with contract awards anticipated in October 2026, under a hybrid Cost-Plus-Fixed-Fee and Firm-Fixed-Price, Indefinite-Delivery, Indefinite Quantity contract structure, with a performance period of five years. Interested parties may contact Destiny Speller at Destiny.Speller@navy.mil or Dustin Bordelon at dustin.bordelon@navy.mil for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    Intent to Sole Source -Repair of Spare EDG Governors
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract to Drake Controls-West, LLC for the repair of two Emergency Diesel Generator (EDG) Governors. This procurement is critical as it involves the overhaul and restoration of the governors to Original Equipment Manufacturer (OEM) specifications, ensuring operational readiness for Nimitz-class carriers, with no alternative vendors authorized to perform these specialized services. The contract is set to run from December 22, 2025, to February 24, 2026, and interested parties must submit their capability documentation by December 10, 2025, to the designated contacts, Emily Hamilton and Brian Fergus, via email.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    ENGINE, DIESEL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of diesel engines under the contract titled "ENGINE, DIESEL." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 90 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with Government Source Inspection (GSI) requirements. The diesel engines and components are critical for various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should direct inquiries to Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil, with the expectation of a bilateral award process upon acceptance of the quote.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    Generator Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide generator maintenance and repair services for six electrical motor generators located in Newport, Rhode Island. The procurement includes annual preventative maintenance and emergency repair services, with a requirement for a 24-hour response time for emergency calls, ensuring continuous power for critical shipboard test equipment. Interested contractors must submit a detailed capability statement, evidence of licensing and insurance, and past performance references by November 20, 2025, with a contract expected to be awarded as a Firm-Fixed Price purchase order for one base year and four option years. For further inquiries, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    USS DYNAMIC (AFDL-6) FLOWSERVE FIRE PUMP OVERHAUL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor for the overhaul of the Flowserve Fire Pump aboard the USS Dynamic (AFDL-6). This procurement is being conducted as a Combined Synopsis/Solicitation under the authority of FAR Part 13, utilizing Simplified Acquisition Procedures, and is intended to be awarded on a sole source basis to OTC Industrial Technologies. The overhaul of the fire pump is critical for maintaining operational readiness and safety aboard the vessel. Interested parties may express their interest and capability to respond to this requirement, but the Government reserves the right to proceed with the sole source contract without competitive quotes. For further inquiries, interested vendors can contact Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.