FMSNA LCS Working Group
ID: 25-PD-42-0123Type: Presolicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center – Philadelphia Division (NSWCPD), is preparing to award a sole source task order for FMSNA LCS Working Group services, as outlined in the attached statement of work (SOW). The contract will focus on providing non-personal services to support diesel engine operations relevant to the U.S. Navy Fleet, specifically for the FMSNA V1708 engine used in the LCS 1 Class application, which includes organizing and executing meetings for the Navy Owner’s Group and Working Group. This opportunity is critical for maintaining operational efficiency and technical discussions surrounding diesel engine performance, with the task order expected to last for 12 months from the award date. Interested parties can reach out to Joseph O'Donnell at joseph.j.odonnell@navy.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The Task Order 005 between the Naval Surface Warfare Center – Philadelphia Division (NSWCPD) and the contractor outlines the provision of support for the Navy/Fincantieri Marine Systems North America (FMSNA) Owners Group and Diesel Working Group. The contract focuses on non-personal services supporting diesel engine operations relevant to the U.S. Navy Fleet, specifically addressing the FMSNA V1708 engine used in the LCS 1 Class application. Key responsibilities include organizing and executing the Navy Owner’s Group and Working Group meetings to foster technical discussions, maintain action item registers, and uphold meeting documentation. The contractor will manage the logistics and content of these meetings, including the preparation and distribution of meeting announcements and agendas. They are also tasked with conducting a two-day Owners Group meeting in Mayport, FL, and monthly Working Group meetings. Deliverables such as meeting minutes and status reports are to be submitted within specific timeframes to ensure transparency and progress tracking. Additionally, the document emphasizes compliance with security requirements, noting that all work products become government property upon completion. The task order is scheduled for 12 months from the award date, with communication points of contact identified for efficient coordination.
Lifecycle
Title
Type
FMSNA LCS Working Group
Currently viewing
Presolicitation
Similar Opportunities
Number One Ship Service Diesel Generator (SSDG); overhaul
Buyer not available
The Department of Defense, specifically the Southwest Regional Maintenance Center of the Department of the Navy, is seeking qualified sources for the overhaul of the Number One Ship Service Diesel Generator (SSDG) for the Litoral Combat Ship (LCS). This procurement requires the use of a dock and is aimed at identifying experienced firms capable of performing the necessary work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 25, 2025, to the primary contact, Mitchell McLeod, at mitchell.s.mcleod.civ@us.navy.mil.
Repair of LCS-1 Waterjets & Impeller Drive Shafts
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure repair services for Waterjet and Impeller Drive Shaft assemblies for the Freedom Class Littoral Combat Ship (LCS-1) on a sole-source basis from Rolls-Royce Marine North America. The contract will encompass the repair and repackaging of specific components, including the 172AX MK1 Boost and Steerable Waterjet assemblies, and the Impeller Drive Shaft Assembly, under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) framework. This procurement is critical for maintaining the operational readiness and performance of naval vessels, ensuring compliance with established Navy standards and protocols. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Michaela Del Rossi at Michaela.C.Delrossi.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with the offer due date extended to June 5, 2025.
Lifecycle Manager (LCM) and In-Service Engineering Agent (ISEA) for US Navy diesel engine systems
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Lifecycle Manager (LCM) and In-Service Engineering Agent (ISEA) for US Navy diesel engine systems. This contract will provide service for five years with the enhanced LCM and ISEA support services for Navy, Military Sealift Command (MSC) and United States Coast Guard (USCG) engine lines under Caterpillar's cognizance. The purpose is to augment the effectiveness of critical diesel engine programs including Diesel Readiness System (DRS) and Diesel Maintenance System (DMS) by engaging with a primary diesel engine Original Equipment Manufacturer (OEM), Caterpillar. The scope of work includes program management, engineering/technical support, logistics support, engine training support, and administrative support. Interested parties may respond to the requirement.
US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
Buyer not available
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.
Monobloc Propeller Procurement
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking competitive bids for the procurement of U.S. Navy Propellers and Caps, specifically for ship classes including CVN, DDG, LHD, and LCC. This procurement aims to ensure the readiness and sustainability of U.S. naval capabilities by sourcing reliable parts, with specific annual quantities outlined for models such as CVN-77 and DDG-1000. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type, featuring a one-year base period and four option years, and will be awarded on an unrestricted basis, adhering to federal acquisition regulations. Interested parties can reach out to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil or Heather Rhoads at heather.l.rhoads2.civ@us.navy.mil for further information, noting that a Sources Sought notice was issued on SAM.gov with responses due by December 6, 2024.
Next Generation SSGTG XT FADC - Synopsis
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate a sole source contract with Woodward, Inc. for the Next Generation Full Authority Digital Control (FADC) system for DDG-51 class ships. This procurement aims to replace the existing Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC), which currently contains obsolete components and lacks necessary cybersecurity enhancements. The upgraded XT FADC will improve the availability, reliability, maintainability, and supportability of the SSGTG, ensuring efficient electrical power output for the ships. Interested parties may express their interest and capabilities by contacting Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil, although this notice is not a request for competitive proposals.
FFG-62 "Searchest" Pumps
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential suppliers for the procurement of two Horizontal Split Case Circulator Pumps, two Variable Speed Motors, and two Variable Frequency Drive Motor Controllers. This procurement aims to support land-based testing of new shipboard systems, which are critical for enhancing naval operational capabilities. Interested vendors are encouraged to submit capability statements detailing their qualifications and preliminary pricing, with a focus on participation from small and veteran-owned businesses. Responses are due within two weeks of the notice date, and while this is a Sources Sought Notice and not a formal proposal request, it may influence the acquisition process, with an anticipated award date in the third or fourth quarter of fiscal year 2026. For further inquiries, interested parties may contact Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil or Dustin Bordelon at dustin.j.bordelon.civ@us.navy.mil.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
LPD 17 Class Planning Yard and Life Cycle Engineering Support
Buyer not available
The Department of Defense, through the Naval Sea Systems Command, intends to issue a Request for Proposal (RFP) N00024-25-R-2443 for Engineering and Life Cycle Engineering Support related to the LPD 17 Class Amphibious Assault Ships, with the contract expected to be awarded on a sole source basis to Huntington Ingalls Incorporated in Pascagoula, Mississippi. This procurement aims to provide essential engineering and technical data services that support ship construction and maintenance, building on previous contract activities. The unique qualifications and experience of Ingalls Shipbuilding make them the sole source for this contract, which is critical for maintaining the operational readiness of the Navy's amphibious assault capabilities. Interested parties seeking subcontracting opportunities should reach out directly to Ingalls Shipbuilding, and for further inquiries, they may contact Danielle Dyer or Elizabeth Feliciano via their provided emails. This notice serves informational purposes only, and no proposals will be accepted at this time.
Medium Landing Ship (LSM) Block 1 Design (LST-100)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to procure the Technical Data Package (TDP) and Associated Rights for the Damen LST 100 landing ship design from Damen Naval, located in Vlissingen, Netherlands. This procurement is being conducted on a sole source basis under the authority of 10 U.S.C. § 2304(c)(1), indicating that only one responsible source can meet the agency's requirements. The LST 100 landing ship design is critical for enhancing naval capabilities, and the government is seeking to ensure that it can effectively support its operational needs. Interested parties may express their interest or capability to respond to this requirement within fifteen days of the publication of this notice, but this is not a solicitation for competitive proposals. For further inquiries, interested parties can contact Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil or Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil.