ContractSolicitation

RFP for PDRM Mod 1 Nozzle Sub Assembly

DEPT OF DEFENSE N0017425R1017
Response Deadline
Jul 30, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the manufacture and delivery of the PDRM MOD 1 Nozzle Sub Assembly components. This procurement aims to secure high-quality components essential for defense applications, with a focus on compliance with stringent quality assurance and technical standards. The contract will operate under an Indefinite Delivery Indefinite Quantity (IDIQ) framework, spanning a total performance period of 60 months, including a base year and four option years. Interested offerors must be approved sources on the NSWC Indian Head Division's Qualified Bidders List (QBL) and are encouraged to contact Lisa Curtis at lisa.m.curtis29.civ@us.navy.mil for further details. The solicitation was issued on June 30, 2025, and includes specific requirements for past performance documentation and compliance with federal regulations.

Classification Codes

NAICS Code
332710
Machine Shops
PSC Code
1377
CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS

Solicitation Documents

8 Files
Solicitation - N0017425R1017.pdf
PDF2793 KBJul 16, 2025
AI Summary
The document outlines a solicitation for the manufacture and delivery of the PDRM MOD1 Nozzle Sub Assembly by the Naval Surface Warfare Center Indian Head Division (NSWC IHD). It requires sealed offers for specific components, with a focus on quality assurance and compliance with technical standards. The solicitation covers both the base contract and four option years, specifying quantities and pricing arrangements for various parts, including first article testing. The Statement of Work (SOW) details requirements for manufacturing, testing, and quality control, emphasizing documentation and certifications for compliance. Each phase of production must be meticulously documented, including inspections, certifications of compliance, and first article tests. The contractor is responsible for meeting stringent quality standards and will undergo regular evaluations by government representatives. Additionally, the contract includes provisions for security compliance under ITAR and NIST standards, ensuring cybersecurity measures are in place. The document's structured approach ensures a clear framework for delivering required goods while maintaining safety and regulatory adherence.
Attachment 3 - Past Performance Matrix.pdf
PDF175 KBJul 16, 2025
AI Summary
The document outlines the requirements for a Past Performance Matrix within federal and state/local Request for Proposals (RFPs). It instructs offerors to provide a maximum of five relevant contracts, detailing contract number, performance period, contract value, and descriptions of work that relate to the current solicitation. An assessment of contract completion is required, indicating whether it was done on time and within the proposed costs, with explanations for any discrepancies. Notably, only contracts completed within the last three years are eligible for consideration, aligning with federal regulations specified in FAR 2.101 and 3.104. Additionally, these requirements apply to subcontractors as well, who must also submit relevant contract data under the same criteria. This matrix serves as a key component in evaluating past performance, which is crucial for determining the suitability of contractors within the procurement process, ensuring compliance with government standards while fostering transparency and accountability.
Attachment 4 - QBL Qualification Survey.pdf
PDF324 KBJul 16, 2025
AI Summary
The QBL Submission Form outlines an Initial and Follow-Up Qualification Survey designed for manufacturers involved in the QBL part production. The purpose of the survey is to assess the manufacturer's capabilities and compliance with relevant standards and processes. It includes a series of questions addressing essential factors such as the presence of Standard Operating Procedures (SOPs), equipment and personnel qualifications, manufacturing changes, inspection reports, and adherence to ISO 9001:2018 quality management standards. Respondents are required to provide their designated point of contact and information about any recent changes in management, personnel, equipment, subcontractors, or production plans that may impact production quality or schedule. The document emphasizes that answering "NO" to any question does not automatically disqualify the vendor; supporting documentation can be supplied to address potential concerns. Proper acknowledgment signatures from both the preparer and a representative from NSWC are also required to complete the survey. This form plays a crucial role in ensuring that the manufacturing process meets federal and local requirements, ultimately supporting compliance in government contracts and grants.
Attachment 1 - Contract Administration Plan.pdf
PDF100 KBJul 16, 2025
AI Summary
The Contract Administration Plan for Solicitation/Contract Number N0017425R1017 outlines the roles and responsibilities of key personnel involved in contract administration to streamline operations and clarify contact points for inquiries. The Procuring Contracting Officer (PCO) manages pre-award information, Freedom of Information requests, and oversees the Contracting Officer’s Representative (COR). The Contract Administration Office (CAO) is responsible for adhering to regulations regarding contract administration. The Defense Contract Audit Agency (DCAA) conducts audits for invoice verification, while the Paying Office handles the payment of approved invoices. The COR ensures the technical interface between the government and contractor, monitors invoices for accuracy, maintains correspondence records, and assesses contractor performance through annual reports and the Contract Performance Assessment System (CPARS). The plan emphasizes adherence to Navy policies, maintaining the integrity of labor categories, and requesting follow-on contracts timely. This document serves to enhance collaboration between all parties involved in the contract and ensures accountability, compliance, and effective oversight of the contract’s execution, contributing to the efficient use of federal resources as part of government procurement and contracting processes.
Attachment 5 - PDRM TDP.docx
Word36 KBJul 16, 2025
AI Summary
The document outlines the Technical Data Package (TDP) Plan for the 944AS610 Nozzle Sub-Assembly, dated March 4, 2025. It provides detailed specifications and compliance requirements essential for contract management and production standards related to the nozzle sub-assembly. The document includes key technical drawings, certification requirements, and a Contract Data Requirements List (CDRL). Various components are listed, alongside their respective revision statuses, ranging from "No Revision" to "Revision A", with details on material analysis, testing requirements, and compliance measures. Additionally, the CDRL specifies multiple data items associated with contractual obligations, such as inspection plans, compliance certificates, and progress reports. The purpose of the document is to ensure accurate adherence to military specifications and allow for the efficient monitoring of production quality and compliance in the manufacturing process of the nozzle sub-assembly. This aligns with government efforts to maintain strict quality control in defense-related procurement processes.
Attachment 2 - Past Performance Questionnaire.pdf
PDF147 KBJul 16, 2025
AI Summary
The document outlines the Past Performance Questionnaire for solicitation number N0017425R1017, issued by the Naval Surface Warfare Center Indian Head Division (NSWC IHD). It serves to assess the performance of a contractor (the Offeror) based on criteria such as customer satisfaction, timeliness, technical success, program management, and overall quality of services. Respondents are required to rate the Offeror on a scale from "Exceptional" to "Unsatisfactory" and provide subjective responses regarding their willingness to recommend the contractor and any unique issues experienced. The document emphasizes the importance of constructive feedback to inform future contract decisions and highlights compliance with federal regulations regarding source selection information. Overall, the questionnaire is a critical tool to gather insights on contractor performance to support federal contracting processes.
Solicitation Amendment I - N0017425R1017-0001.pdf
PDF231 KBJul 16, 2025
AI Summary
The document is an amendment to a solicitation from the Naval Surface Warfare Center Indian Head Division (NSWC IHD) for the manufacture and delivery of PDRM MOD 1 Nozzle Sub Assembly components. It addresses industry questions, modifies pricing structures, and updates various contract line item numbers (CLINs) for the procurement process. The amendment specifies that the government does not guarantee a minimum order quantity, while outlining the intended procurement approach under an Indefinite Delivery Indefinite Quantity (IDIQ) framework. Key changes include the introduction of step-ladder pricing for various quantities, the clarification of delivery schedules, and adjustments to the acceptance and quality assurance requirements associated with production. The document details responsibilities for both the contractor and the government, including quality control processes, documentation requirements, and testing standards to ensure compliance with technical specifications. The purpose of this amendment is to refine the solicitation parameters, ensuring clarity and alignment with industry capabilities, ultimately facilitating the effective delivery of essential components for defense applications.
Amended Solicitation N0017425R1017.pdf
PDF2751 KBJul 16, 2025
AI Summary
The document outlines a government Request for Proposal (RFP) for the manufacturing and delivery of the Parachute Deployment Rocket Motor (PDRM) MOD1 Nozzle Sub Assembly by the Naval Surface Warfare Center (NSWC) Indian Head Division. This Indefinite Delivery Indefinite Quantity (IDIQ) contract spans a total performance period of 60 months, including a base year and four option years. Key components include the Nozzle, Nozzle Insert, and additional assemblies, with specified quantities and fixed pricing arrangements. The RFP includes rigorous quality control and inspection requirements, mandating certifications of compliance and detailed inspection reports for each delivered unit. It establishes expectations for manufacturing practices, documentation, and adherence to specified technical standards, along with provisions for potential contract amendments and inspection protocols by government representatives. The contractor's responsibility encompasses tooling, manufacturing processes, and maintaining documentation for project transparency. The document also highlights essential security measures, including compliance with the International Trafficking in Arms Regulations (ITAR) and the requirement to report any cybersecurity incidents. Overall, this solicitation emphasizes the government’s intent to secure reliable and high-quality manufacturing services while ensuring stringent compliance with technical and regulatory frameworks.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 30, 2025
amendedAmendment #1· Description UpdatedJul 7, 2025
amendedAmendment #2· Description UpdatedJul 15, 2025
amendedLatest AmendmentJul 16, 2025
deadlineResponse DeadlineJul 30, 2025
expiryArchive DateAug 14, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NSWC INDIAN HEAD DIVISION

Point of Contact

Place of Performance

Indian Head, Maryland, UNITED STATES

Official Sources