Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
ID: N6449825R4050Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract, which spans an anticipated ordering period of 60 months and a performance period of 72 months, requires contractors to provide repair services, supply Navy-approved parts, and adhere to stringent operational and security standards. This initiative is crucial for maintaining the operational readiness of U.S. Navy gas turbine components, ensuring they meet the necessary performance and safety criteria. Interested contractors should submit their proposals, including technical and price components, to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with a commitment to achieving 48% of the contract value through small business participation, translating to approximately $24 million. The solicitation emphasizes compliance with federal procurement regulations and is designed to foster socio-economic diversity in government contracting.

Files
Title
Posted
Mar 31, 2025, 4:05 PM UTC
The NSWCPD Small Business Participation Commitment Document (SBPCD) outlines the requirements for federal contractors in relation to small business participation in contract proposals. The document is structured to capture total contract value (TCV) and includes a detailed breakdown of small business categories such as Small Business, Small Disadvantaged Business, Women-Owned Small Business, and others, with explicit sections for proposed labor and other direct costs (ODC). Offerors must fill in specific data, including subcontractor validation and North American Industry Classification System (NAICS) codes. A significant aspect of the commitment is recognizing the responsibilities of offerors in ensuring compliance with small business provisions. The document emphasizes the importance of documenting and reporting proposed subcontractor engagements and associated costs, advocating for the inclusion of small businesses in federal contracting efforts. Overall, the SBPCD serves as a strategic tool for federal initiatives aimed at enhancing small business participation in government contracts, reinforcing the necessity for inclusive economic opportunities within federal procurement processes.
The NSWCPD Small Business Participation Commitment Document (SBPCD) outlines an offeror's commitment to utilizing small businesses in a proposed contract valued at $50 million. The offeror commits to achieving 48% of total contract value (TCV) through small business participation, translating to $24 million. This participation includes categories such as Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, and SD Veteran-Owned Small Businesses, detailing direct labor and other direct costs (ODC). For direct labor, the offeror plans to allocate $14 million across various categories, with specific amounts designated for each type of small business. Additionally, $10 million is planned for ODC. The document emphasizes the importance of validating subcontractors and identifying their appropriate small business classifications according to NAICS codes. Overall, the SBPCD serves as a strategic framework within federal RFP processes, aiming to stimulate small business involvement and promote socio-economic diversity in government contracting.
Apr 8, 2025, 3:07 PM UTC
The document outlines a solicitation for a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) Contract by the Naval Surface Warfare Center, Philadelphia Division (NSWCPD) for commercial repair and upgrade services for LM2500 Turbine Mid Frames (TMF). The contract spans up to 60 months and mandates the contractor to perform repairs, supply necessary parts, and provide technical documentation in compliance with specific clauses outlined in the solicitation. Key elements include the contractor's responsibility for adhering to technical manuals, providing certifications, pressure testing repaired units, and ensuring the use of Navy-approved parts. The government will provide TMFs for refurbishment, with a maximum of five units per year. Additionally, the contractor must submit various reports regarding the condition and repairs completed on the TMFs, showcasing compliance with stringent security and operational procedures. Payment terms require invoicing via specific government systems. The purpose of this solicitation is to ensure that the Navy's gas turbine engine components are effectively repaired and upgraded, maintaining operational readiness while aligning with federal procurement regulations and criteria for small business participation.
Apr 8, 2025, 3:07 PM UTC
The DD Form 1423-1 outlines the requirements for the Contract Data Requirements List (CDRL) utilized in government contracting, specifically for the Department of Defense. The form is designed to capture essential data items necessary for effective oversight of contractor performance, including various categories such as Technical Data Packages and Technical Manuals. Key points include: - Contract details such as line item numbers, contractor information, and the specific data items required. - Submission requirements, including frequency, distribution, and acceptable formats for electronic delivery. - Specific reports needed, including repair and inspection documentation, status reports, and small business utilization reports, which assess contractor engagement with small businesses and compliance with federal regulations. - Instructions for government personnel and contractors on how to correctly fill out the form and categorize data items based on their significance and associated costs. The document serves as a compliance tool ensuring contractors provide necessary data to support government operations and validate performance metrics, thereby enhancing accountability and oversight in federal contracting processes.
Apr 8, 2025, 3:07 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center, Philadelphia Division (NSWCPD) for a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide repair and upgrade services for LM2500 Turbine Mid Frames (TMFs). The contract is set for a five-year duration, with specific requirements for the repair and upgrade processes delineated in a Statement of Work (SOW). Offerors must submit both a technical and price proposal; failure to adhere to the proposal instructions may disqualify them from consideration. The contractor must possess necessary equipment and utilize U.S. Navy-approved parts while ensuring compliance with applicable standards and procedures. It also mandates monthly status updates and reporting on progress. The document emphasizes operational security, the handling of Controlled Unclassified Information (CUI), and maintains a clear distinction that the services provided are non-personal, reinforcing the independence of contractor personnel from government employees. Overall, this RFP serves as a structured framework for soliciting proposals from qualified contractors, ensuring strict adherence to Navy regulations, and facilitating the lifecycle management of vital gas turbine components for U.S. Navy naval warfare capabilities.
Apr 8, 2025, 3:07 PM UTC
The document is an amendment to a federal solicitation with the purpose of updating the evaluation factors and incorporating specific contract clauses. Main amendments include updates to Section M's Factor 1 table and the addition of clauses 52.212-5 Alt II and 52.244-6_ Deviation, while maintaining other terms unchanged. The evaluation process will utilize a subjective tradeoff source selection method, allowing the government to prioritize non-cost factors over the lowest price to secure the best value. Key evaluation factors include: 1. GE License (mandatory, pass/fail). 2. Technical Approach and Past Performance (ranked by importance). 3. Small Business Participation Commitment (compliance-based assessment). 4. Total Evaluated Price (pricing evaluation ensuring fairness and accuracy). Offerors must demonstrate adequate commitments to small businesses and provide a strong past performance record. The documentation outlines how proposals will be rated across these factors and details the evaluation approach, emphasizing quality, relevancy, and confidence levels in past performance. The government intends to award without discussions but reserves the right to conduct them when needed, ensuring efficient competition among top-rated proposals. This amendment reflects the government's commitment to structured and competitive procurement practices, aligning with federal guidelines for RFPs.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
LM2500 Non-OEM Single Crystal SST HPT Kits
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center - Philadelphia Division (NSWCPLD), is seeking proposals for the procurement of two LM2500 Non-OEM Single Crystal SST HPT Kits. The contract will be awarded on an unrestricted basis to a single offeror who meets the specifications outlined in the solicitation, with the award based on the lowest priced, technically acceptable proposal. These kits are critical components for gas turbines and jet engines, playing a vital role in the operational capabilities of naval vessels. Interested parties should note that the anticipated date for the Request for Quotation (RFQ) posting is around May 2025, and inquiries can be directed to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil.
MAIDIQ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for a limited competitive Indefinite Quantity Contract (IQC) focused on the manufacture and repair of gas turbine systems. This procurement aims to ensure the repair and modification of various assemblies and components within the Naval Supply System, which is critical for maintaining the operational readiness of military equipment. Contractors will be required to comply with the Defense Priorities and Allocations System, adhere to rigorous quality control standards, and manage security requirements for access to controlled environments. Interested parties can contact Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL or by phone at 717-605-2462 for further details regarding submission requirements and deadlines.
28--POWER UNIT,GAS TURB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a gas turbine power unit, identified by NSN: 7RH 2835 013692818. This competitive procurement aims to identify a source that can provide the necessary repair services, as the government lacks sufficient data to procure this part from alternative sources. The item is critical for military applications, although it has not been purchased in over a decade, indicating its specialized nature and the importance of government source approval prior to contract award. Interested vendors should submit their capability statements or proposals to the primary contact, Svitlana Shvets, at 215-697-6278 or via email at svitlana.shvets.civ@us.navy.mil.
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair and modification of turbine engine blades under the contract titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement requires vendors to provide firm fixed prices for full repairs, as well as pricing for items deemed beyond repair, while adhering to specific turnaround times and quality assurance standards. These turbine engine components are critical for various military applications, emphasizing the importance of reliable and efficient repair services. Interested contractors should submit their proposals by April 18, 2025, and can direct inquiries to Nghia Truong at 717-605-3680 or via email at nghia.truong@navy.mil.
DOME,COMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the DOME,COMB item. This procurement focuses on the repair of turbine and turbine generator set units, which are critical components in various defense applications. The contract will require adherence to specific quality standards, including MIL-STD packaging and government source inspection, with a Repair Turnaround Time (RTAT) of 645 days post-receipt of the asset. Interested contractors must submit their quotes electronically to Derek J. Ford at DEREK.J.FORD5.CIV@US.NAVY.MIL, ensuring compliance with all outlined requirements and deadlines as specified in the solicitation.
28--TURBOCHARGER, IN REPAIR/MODIFICATION OF
Buyer not available
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 turbochargers. The procurement aims to secure a reliable source for the repair of these critical components, which are essential for various military applications. The contract requires a Repair Turnaround Time (RTAT) of 200 days, with specific quality assurance and inspection protocols to ensure compliance with operational standards. Interested contractors should submit their quotes, including pricing and capacity constraints, to Alison Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 717-605-4443, as the solicitation is open for bids until the specified deadline.
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide repair and modification services for turbine engine blades under the presolicitation notice titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement involves a quantity of 145 units of the turbine engine blade, identified by NSN 7H-2835-014578170, with delivery required to the DLA Distribution San Joaquin in Tracy, California. These components are critical for the operation of gas turbines and jet engines, which play a vital role in military aviation and other defense applications. Interested small businesses are encouraged to reach out to Leigh E. Catchings at (717) 605-2864 or via email at leigh.catchings@navy.mil for further details, as the award will only be made to those meeting the necessary qualification requirements at the time of award.
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide repair and modification services for turbine engine blades under the presolicitation titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement involves a quantity of 196 units of the turbine engine blade (NSN 7H-2835-014578172), which is critical for military applications, and the government has determined that it is uneconomical to purchase the data or rights necessary for alternative sourcing. Interested parties are encouraged to contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.Catchings@navy.mil for further details, and they must demonstrate their capability to meet qualification requirements at the time of award. This opportunity is set aside for small businesses, and interested vendors should respond within 15 days of this notice.
Marine Gas Turbine & Propulsion Support Services
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential contractors for Marine Gas Turbine & Propulsion Support Services. The procurement aims to gather engineering and technical support for the Marine Gas Turbine Program, including Configuration Data Management, Integrated Logistics Support, and cybersecurity services, among other responsibilities. These services are crucial for maintaining the operational readiness of propulsion systems on U.S. Navy vessels and ensuring compliance with federal contracting regulations. Interested firms must submit their capability statements electronically to Grace Haley by 4:00 PM EST on March 28, 2025, as this request for information is part of market research and does not constitute a formal Request for Proposal.
REPAIR OF 2 UNITS OF NSN 7R 2835 013083883
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair of two units of NSN 7R 2835 013083883. The procurement focuses on the maintenance and restoration of turbine and turbine generator set units, which are critical components in various military applications. These repairs are essential to ensure the operational readiness and reliability of the equipment, which plays a vital role in supporting naval operations. Interested contractors can reach out to Gerard Weiss at 215-697-3473 or via email at gerard.t.weiss.civ@us.navy.mil for further details regarding the solicitation.