Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
ID: RFI_LCS02Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is soliciting information for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies as part of a Sources Sought Notice dated February 27, 2025. This inquiry aims to identify potential firms capable of fulfilling the requirements outlined in the notice, as a preliminary step prior to procurement. The scope includes repairing specified National Stock Numbers (NSNs) and providing associated re-packaging services. A Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated, with a performance period of five years and an expected award date in July 2026. Interested businesses are invited to submit capability statements detailing their corporate description, past performance, and technical response to demonstrate their ability to undertake the work. The document emphasizes that this is not an RFP and that the Government will not compensate respondents for information provided. Potential deadlines for the procurement process are outlined, with a critical response deadline set for March 29, 2025. This request serves solely for market research to inform future contractual actions and is governed by specific acquisition regulations.
    The Statement of Work (SOW) details the requirements for repairing LCS-2 Class Waterjet and Impeller Shaft Assemblies at the Naval Surface Warfare Center Philadelphia Division (NSWCPD). This contract, focused on non-personal services related to propulsion systems, outlines the roles and obligations of both the government and the contractor. Key tasks include the inspection, repair, and documentation processes for specific US Navy National Stock Numbers (NSN) related to waterjet and shaft assemblies. The contractor must follow various specifications and quality control measures while ensuring that all required inspections, including visual and nondestructive testing, are executed before, during, and after repairs. Additionally, the SOW emphasizes compliance with government regulations regarding safety, security, and proper handling of government property. The contract also mandates the submission of various reports to ensure transparency and adherence to standards, while outlining specific guidelines for the packing and delivery of repaired components. Overall, the document serves as a comprehensive framework for maintaining LCS-2 Class propulsion systems, with a strong focus on performance quality and compliance with federal standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    USS AUGUSTA (LCS 34) FY26 DSRA
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the USS AUGUSTA (LCS 34) FY26 Docking Selected Restricted Availability (DSRA) under solicitation N00024-26-R-4420. The procurement aims to secure a contractor capable of executing comprehensive maintenance, modernization, and repair tasks, which include providing necessary materials, support, and facilities, as well as managing an integrated milestone plan for various work items such as missile launching system refurbishment. This contract is critical for ensuring the vessel's operational readiness and will be awarded to a single contractor, as market research indicates a lack of small business competition for this complex requirement. Interested parties should contact the Contract Specialist, Jack Klipfel, at jack.a.klipfel.civ@us.navy.mil or the Contracting Officer, Brian Romano, at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments, with the anticipated award date around May 2026.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a rotary pump, specifically the National Stock Number (NSN) 7R 4320 013707977, on a sole source basis from Sikorsky. The procurement involves a total quantity of one unit and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is critical for maintaining operational readiness and support for military aircraft systems. Interested parties are encouraged to submit their capability statements or proposals by email to Contract Specialist Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil, with the solicitation expected to be issued around December 15, 2025, and responses due by January 14, 2026.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electro-mechanical actuators, specifically NSN 4810015394781, for delivery to various naval vessels including the USS Billings (LCS-15), USS Cooperstown (LCS-23), and USS Nantucket (LCS-27). The procurement includes three line items, each requiring one unit to be delivered within 20 days after order (ADO). These actuators are critical components used in naval operations, ensuring the functionality of various systems aboard the ships. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The solicitation is available online, and all responsible sources are encouraged to participate.
    SEAL,LIP 2ND
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the SEAL, LIP 2ND, under a fixed-price contract. This procurement is crucial for maintaining operational readiness and involves the production of specialized components that adhere to stringent military specifications and standards. The contract includes requirements for quality assurance, inspection, and compliance with various military standards, ensuring that all delivered items meet the necessary criteria for functionality and reliability. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL, with the RFQ closing date extended until COB on January 5, 2026.