Shaft Seals
ID: N4215825QS016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the replacement of propulsion shaft main shaft seal assemblies on Virginia Class submarines during the FY-25 Depot Modernization Period. The project requires a Defense Maritime Systems Technical Representative to oversee the technical aspects throughout the disassembly, reassembly, and testing phases, ensuring compliance with environmental, safety, and quality standards. This procurement is critical for maintaining the operational readiness and safety of the submarines, emphasizing the importance of high technical standards and oversight. Interested vendors should contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or call 757-396-8790 for further details, as the contract is set aside for 8(a) sole source under FAR 19.8.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for the replacement of the propulsion shaft main shaft seal assembly on Virginia Class submarines during the FY-25 Depot Modernization Period (DMP) at Norfolk Naval Shipyard. It mandates the presence of a Defense Maritime Systems Technical Representative to oversee the technical aspects of the project, particularly during the disassembly, reassembly, and testing phases of the shaft seals. The work is divided into three phases, with specific timelines for each, and emphasizes environmental compliance, safety, and quality management. The contractor must be an authorized representative from Defense Maritime Systems and provide necessary technical guidance while adhering to security and privacy regulations. The government will furnish materials and labor, while also providing support for any additional required tools. Key responsibilities include ensuring compliance with technical specifications and coordination with various Navy authorities. The document highlights the structured approach to maintain high technical standards and emphasizes the importance of proper oversight throughout the project lifecycle.
    This document is a combined synopsis/solicitation for commercial services involving the rental of a chill water unit, specifically aimed at the Norfolk Naval Shipyard (NNSY) in Portsmouth, VA. The solicitation, identified by RFQ number N4215825QS016, is structured in accordance with the Federal Acquisition Regulation (FAR) and specifies that the government intends to issue a sole-source contract to Wartsila Defense Inc. for the required services, underlining that no competitive quotes are being sought. The performance period spans from February 6, 2026, to April 13, 2027, encompassing several specific work tasks. Interested vendors must provide their quotes in formats such as Microsoft Word or PDF by March 11, 2025, including pricing, shipping costs, contact information, and confirmation of their capability to meet the outlined requirements. The vendor's proposed price will be evaluated for reasonableness, with offers kept valid for a minimum of sixty days. The solicitation emphasizes compliance with numerous FAR provisions and requires registration in the System for Award Management (SAM) to qualify for the award. Overall, it outlines the procedural expectations for vendors in a clear, formal manner while strictly adhering to government contracting standards.
    Lifecycle
    Title
    Type
    Shaft Seals
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Virginia Class SSTG
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting a sources sought notice to identify contractors capable of providing technical services for the repair of Ship’s Service Turbine Generators (SSTG) on Virginia-class submarines. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; rather, it seeks capability statements from interested parties that can meet the specified requirements. The work involves adherence to various standards and regulations, including environmental compliance and hazardous waste management, as outlined in the attached draft Statement of Work. Interested contractors should submit their capability statements to the primary contact, Yijia Li, at yijia.li2.civ@us.navy.mil by the specified deadline, as telephonic responses are not permitted.
    43--SEAL ASSEMBLY,SHAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Seal Assembly, Dynamic (Dash 1) intended for use on Navy submarines. This contract requires manufacturers to meet stringent quality and inspection standards, including first article testing and compliance with various military specifications, to ensure the reliability and safety of the components supplied. The procurement is critical for maintaining operational readiness and effectiveness of naval vessels, emphasizing the importance of high-quality manufacturing processes. Interested vendors should contact April N. Schlusser at 771-229-0555 or via email at APRIL.N.SCHLUSSER.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined specifications and deadlines.
    N0016726R0002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is soliciting proposals for the manufacturing of VIRGINIA Class submarine Advanced Material (AM) Version 5 (V5) Tailcones under a follow-on single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to secure a minimum of one Tailcone, with a maximum limit of 20 Tailcones over a five-year ordering period, emphasizing the importance of these components in enhancing submarine capabilities. Interested vendors are encouraged to contact the primary contact, Jacqueline Farina, at jacqueline.t.farina.civ@us.navy.mil, or the secondary contact, Kiersten Johnson, at Kiersten.m.johnson5.civ@us.navy.mil, for further details and access to applicable drawings. The solicitation is competitive, and the contract will be awarded based on the proposals received.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    SHAFT,SHOULDERED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a "Shaft, Shouldered" through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the supply of specialized mechanical power transmission equipment that is critical for shipboard systems, where the use of incorrect or defective materials could lead to severe operational failures and safety risks. The selected contractor will be required to adhere to stringent quality assurance and certification processes, with a delivery timeline of 365 days post-contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must be prepared to meet the requirements outlined in the solicitation, including compliance with various military specifications and standards.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    USS SAN JANCINTO Port Boat Davit Replacement
    Dept Of Defense
    The Department of Defense, through the Naval Sea System Command's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking to procure a Port Davit Replacement for the USS San Jacinto. This procurement aims to support a Chief of Naval Operations (CNO) availability by replacing the PORT Boat Davit, with parts delivered directly to MARMC and technical assistance provided by Vestdat, Inc. The successful execution of this project is crucial for maintaining the operational readiness of the USS San Jacinto. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.