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
    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 is expected to last up to 60 months, requires contractors to perform repairs, supply Navy-approved parts, and adhere to specific technical and operational standards as outlined in the Request for Proposal (RFP). This initiative is crucial for maintaining the operational readiness of U.S. Navy gas turbine components, ensuring they meet stringent performance and safety requirements. Interested contractors should submit their proposals by the extended deadline of June 16, 2025, and can direct inquiries to Derek W. Diep at derek.w.diep.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    This document is an amendment to a government solicitation or contract, specifically extending the closing date for receipt of offers from April 30, 2025, to May 7, 2025, both at 5:00 PM EST. All existing terms and conditions of the solicitation remain unchanged. The document, designated as Standard Form 30, is prepared by the Naval Surface Warfare Center in Philadelphia. It is crucial for contractors to acknowledge the receipt of this amendment to avoid rejection of their offers. The document outlines the steps for acknowledgment, which include various methods such as completing specific items in the amendment or sending a letter referencing the solicitation. The modification ensures that all parties are aware of the revised timelines while maintaining the integrity of the original solicitation conditions. This process is part of the standard operating procedures for federal government procurement operations.
    The document serves as an amendment to a Request for Proposal (RFP) for contract ID N6449825R4050, extending the RFP submission deadline from May 7, 2025, to June 9, 2025, and updating the Contract Specialist point of contact from Valerie Corcoran to Derek Diep. The amendment outlines the importance of responding to this extension and specifies the requirements and structure for proposal submission, including detailed proposal formatting instructions, page limitations, and content organization across six volumes. Key aspects include requirements for technical proposals, past performance references, and small business participation commitments. Offerors must follow strict guidelines in format and submission methods, including using the DoD Secure Access File Exchange (SAFE) for electronic submissions. The document emphasizes that all terms not amended remain unchanged and underscores the consequences of non-compliance with submission requirements. Overall, it highlights the government’s structured approach to evaluating proposals in compliance with procurement regulations.
    This document serves as an amendment to a federal Request for Proposal (RFP) concerning contract N6449825R4050, specifically managed by the Naval Surface Warfare Center in Philadelphia. The key purpose of this amendment is to extend the proposal submission deadline from June 9, 2025, to June 16, 2025, at 5:00 PM. It clarifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. Contractors are reminded that they must acknowledge receipt of this amendment in their offer submissions to avoid potential rejection. Effective as of June 9, 2025, the amendment is part of the routine process that ensures all participating vendors have adequate time to prepare their proposals, reflecting the government’s commitment to fair procurement practices. The document emphasizes clarity in communication protocols regarding acknowledgment and submission processes, essential for maintaining the integrity of the procurement procedure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TURBOSUPERCHARGER,E
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the TURBOSUPERCHARGER,E, as part of its ongoing support for military aircraft operations. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 194 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is crucial for ensuring the reliability and performance of aircraft engine components, which are vital for national defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further details available through the provided contact number.
    Request for Information: BQM-34S Engine Repair, Overhaul and Conversion
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Request for Information (RFI-N00019-242-25-076) to identify companies capable of repairing, overhauling, and converting General Electric J85-GE-100 and J85-GE-5 turbojet engines for the BQM-34S Subsonic Aerial Target program. The objective is to establish a reliable repair and overhaul capability to maintain a Ready for Issue inventory of these engines by 2026. This initiative is crucial for ensuring the operational readiness of the BQM-34S program, which plays a significant role in military training and testing. Interested parties must submit a white paper detailing their capabilities by 5:00 p.m. EST on December 15, 2025, and can direct inquiries to Kasey Tasciotti or Tamiko C. Blackson via email.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    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.
    ENGINE, DIESEL
    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 of diesel engines under the title "ENGINE, DIESEL." The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 239 days, with all repair work adhering to specified quality standards and operational requirements. These diesel engines are critical components for various military applications, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further inquiries directed to the provided contact number.
    SUPPORT ASSEMBLY,TU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the SUPPORT ASSEMBLY, TU. This procurement requires contractors to provide firm-fixed price quotes for the repair of specified items, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 40 days after receipt of the asset. The goods and services sought are critical for maintaining operational readiness of military equipment, particularly in the context of turbine and turbine generator set units manufacturing. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days and additional details regarding pricing and capacity constraints as outlined in the solicitation.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    25--VALVE MOD-THRUST RE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking contractors for the repair and modification of the Valve Mod-Thrust Re, a critical component in military vehicle operations. The procurement involves restoring aircraft components to a fully serviceable condition in accordance with OEM or FAA-approved data, requiring the contractor to provide all necessary labor, materials, and facilities. This competitive solicitation emphasizes compliance with various federal regulations and standards, including FAR and DFARS, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties must submit their offers by the specified deadline and can direct inquiries to Jacob A. Tarini at 215-697-3563 or via email at jacob.a.tarlini.civ@us.navy.mil.
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    LTC RFP N0038326R0016
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further information.