Propeller FA and Production Units
ID: N6660425Q0094Type: Solicitation
2 AwardsMay 30, 2025
$762.1K$762,109
AwardeeXometry, Inc. Bethesda MD 20814 USA
Award #:N6660425P0311
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)

PSC

TORPEDOS AND COMPONENTS, INERT (1355)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, made from machined 6061-T6 aluminum. The procurement aims to ensure the production, testing, and delivery of these critical components in accordance with stringent government specifications, including First Article Tests and comprehensive quality assurance measures. These propellers are essential for the operational readiness of the MK54 torpedo system, reflecting the Navy's commitment to maintaining effective defense capabilities. Interested contractors must submit their quotes by May 7, 2025, and can direct inquiries to Teresa Michael at teresa.m.michael2.civ@us.navy.mil, with registration in the System for Award Management (SAM) required for access to associated drawings and submission of proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has released a Request for Quote (RFQ) N66604-25-Q-0094 for the manufacture of MK54 torpedo propellers. This solicitation is open for less than fifteen days, with an intention to award a Firm Fixed Price contract based on the lowest priced technically acceptable offeror. The requirements include producing both forward and aft propellers with specific part numbers and quantity needs. Offerors must demonstrate technical capability, including planned manufacturing processes and tool use, and provide proof of ISO 9001/AS9100D certification. Delivery is required at Naval Station Newport, Rhode Island, with stipulations for shipping and unique item identifiers for costly items. Registration in the System for Award Management (SAM) and Joint Certification Program (JCP) is mandatory for access to associated drawings and submission of quotes, which are due by 30 April 2025. This RFQ reflects standard federal procurement practices, emphasizing transparency, competition, and adherence to quality standards in defense contracting. It is structured to facilitate a streamlined process for commercial item procurement, aligning with FAR guidelines.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a Statement of Work (SOW) for the manufacturing of MK54 torpedo propellers made from machined 6061-T6 aluminum. The contractor will be responsible for producing, testing, inspecting, packaging, and delivering the Forward (FWD) and Aft (AFT) propellers (NAVSEA Part Numbers 8982012 and 8982013) in accordance with provided technical specifications. Key requirements include conducting First Article Tests, dimensional inspections using a Coordinate Measuring Machine (CMM), and providing certification and traceability reports. The establishment of quality assurance measures and adherence to military packaging standards is mandated for the safe delivery of the components. Security measures outlined in compliance with various federal regulations are critical, including protection of Controlled Unclassified Information (CUI) and adherence to Operations Security (OPSEC) protocols. This procurement, funded under multiple Navy budget categories, emphasizes collaboration between the contractor and the government to ensure the successful development and delivery of essential components for the MK54 torpedo system. The document is structured to detail background information, performance expectations, applicable documents, technical requirements, and security compliance procedures.
    The document outlines the Statement of Work (SOW) for manufacturing MK54 Torpedo propellers using machined 6061-T6 aluminum. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is tasked with producing cost-effective propellers, and the contractor is required to manufacture, test, and deliver specified units according to detailed design and manufacturing requirements. Key deliverables include First Article Test units, Certification Data Reports, and Material Traceability Reports, each requiring rigorous inspection and quality assurance protocols. The contractor must prepare propellers for shipment in compliance with military packaging standards, ensuring protection during transport. Security compliance is also emphasized, with strict adherence to operational security measures and regulations governing the handling of Controlled Unclassified Information (CUI). The project reflects the Navy's commitment to maintaining operational readiness while ensuring budget efficiency and adherence to safety standards.
    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.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This equipment is critical for repositioning towed array stowage drums used in repair operations for various classes of submarines, including the OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA classes, with a minimum capacity requirement of 8000 lbs. Interested contractors must adhere to strict security compliance, including CMMC Level 2 requirements, and submit their quotes by December 30, 2025, with questions due by December 19, 2025. For further inquiries, potential offerors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    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.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    13--AIR FLASK,TORPEDO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of an Air Flask for torpedoes, under the NAVSUP Weapon Systems Support Mechanical office. This procurement aims to fulfill specific quality and design requirements for the Air Flask, which is critical for the operation of torpedoes in naval applications. The solicitation has been reopened with a new closing date of June 17, 2024, and interested vendors are encouraged to submit their quotes while adhering to the specified requirements, including inspection and packaging standards. For further inquiries, potential bidders can contact Aaron D. McFee at 771-229-0511 or via email at aaron.d.mcfee.civ@us.navy.mil.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    MK22 Motor Tubes Solicitation N0017426R0002
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.