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
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    LCS FREEDOM-Class CY2026 - 2027 Dry Dock Capability
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking sources for the LCS FREEDOM-Class Dry Dock Capability for the calendar years 2026 to 2027. This procurement aims to identify qualified contractors capable of providing dry dock services essential for the maintenance and repair of combat ships and landing vessels, specifically under the NAICS code 336611. The successful contractor will play a critical role in ensuring the operational readiness of the fleet, which is vital for national defense. Interested parties should reach out to Vincenzo Bianco at vincenzo.l.bianco.civ@us.navy.mil or Brian Blasser at brian.w.blasser.civ@us.navy.mil for further information, with the opportunity being based in Jacksonville, Florida.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS SAVANNAH, a critical asset in the Navy's fleet. The services sought are vital for ensuring the longevity and performance of naval vessels, particularly in non-nuclear ship repair operations. Interested contractors can reach out to Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or call 202-781-1763, or contact Jacqueline Black at jacqueline.black@navy.mil or 202-781-1088 for further details.
    Repair of QTY 1 EA, SSN 688 Class LAHII Propeller
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support MECH office, is seeking contractors for the repair of one (1) SSN 688 Class LAHII Propeller. This procurement aims to restore the functionality and performance of critical propulsion components used in naval vessels, which are essential for maintaining operational readiness. The work will take place in the United States, and interested parties can reach out to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details. The notice is currently in the presolicitation phase, and additional information regarding timelines and requirements will be provided as the procurement process progresses.
    LCS CLASS SHIP - LLTM WATERTIGHT DOOR
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking to procure a watertight door assembly for installation on an LCS Class ship, with an expected delivery date of October 15, 2025. The procurement specifically requires a Door Assembly measuring 660 by 1805 MM, identified by part number 120717-ASSY-00, and is crucial for maintaining the operational readiness of the U.S. Navy's LCS Class ships. Interested contractors must ensure compliance with the technical specifications outlined in the associated manuals and drawings, and are encouraged to seek clarifications on specifications through the formal Request for Specification Clarification process. For further inquiries, interested parties can contact Jamie Devera at jamie.m.devera.civ@us.navy.mil or Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil.
    Repair of Shaft, Submarine - Qty: 1 with option for 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair of a submarine shaft, with a quantity of one and an option for an additional unit. This procurement aims to ensure the operational readiness and reliability of naval vessels by addressing critical maintenance needs in ship propulsion components. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil for further details. The presolicitation notice indicates that the contract will be awarded following the evaluation of proposals, although specific funding amounts and deadlines have not been disclosed.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the unplanned dockside repairs of the USCGC Paul Clark (WPC-1106) during fiscal year 2025. The contract will focus on critical repairs, including the renewal of propulsion reduction gear assemblies, and is structured as a firm fixed price with a performance period from March 31, 2025, to May 26, 2025. This opportunity underscores the importance of maintaining operational readiness for the vessel while promoting participation from women-owned small businesses in federal contracting. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and are encouraged to attend a site visit to better understand the project specifications before the proposal submission deadline.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. The solicitation, numbered N3220525Q2234, requires vendors to provide specific technical capabilities, including compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, with delivery expected by July 25, 2025, to a facility in Norfolk, Virginia. Interested parties must submit their quotes by March 5, 2025, including pricing details and technical submissions, as the evaluation will focus on technical capability and price, favoring the lowest priced technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard, is soliciting quotations for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine, with a focus on small business participation. This procurement emphasizes compliance with federal acquisition regulations and requires detailed submissions, including adherence to safety, security, and operational protocols during the repair process. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation, with a quote submission deadline set for March 19, 2025. Interested contractors can reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further information.