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
    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
    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
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    Naval Surface Warfare Center Philadelphia MAC Task Order Forecast FY26
    Dept Of Defense
    The Department of Defense is forecasting multiple task orders for Fiscal Year 2026 at the Naval Surface Warfare Center in Philadelphia, Pennsylvania. The anticipated task orders will cover a variety of services, including engine and turbine repairs, ship alterations, technical refreshes, and habitability improvements for various naval vessels, with total values ranging from under $2 million to $50 million. These services are critical for maintaining and modernizing the naval fleet, ensuring operational readiness and efficiency. Solicitation releases are expected from November through May, with contract awards anticipated between December and September, and interested parties should reach out to key personnel such as Francis Brady and Sean McGinley for further information.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    LST 100 Design and Engineering Support to the Medium Landing Ship (LSM) Program
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is seeking to modify an existing contract with Damen Naval for design and engineering support related to the Medium Landing Ship (LSM) Program, specifically the Damen Naval Landing Ship Transport 100 (LST 100). This procurement aims to provide essential engineering support as the LST 100 has been designated as the official design basis for the LSM Block 1. The contract action will be negotiated on a sole source basis, as only Damen Naval can fulfill the requirements, and interested parties may submit their interest and capability within fifteen days of this notice. 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.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.