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.