Manufacture of Large or Intermediate Type Universal CPP Dummy Hub(s)
ID: N6449825RCPPHubType: Sources Sought
Overview

Buyer

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

NAICS

Other Nonferrous Metal Foundries (except Die-Casting) (331529)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from contractors capable of manufacturing large or intermediate type Universal Controllable Pitch Propeller (CPP) Dummy Hubs. This procurement is part of a market research initiative aimed at assessing contractor capabilities for producing essential components used in inspecting and repairing CPP blades on various U.S. Navy ships. The anticipated contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type, with an expected award and performance commencement in December 2025. Interested firms must submit capability statements, limited to five pages, by April 5, 2025, to Grace Haley at grace.k.haley.civ@us.navy.mil, with the subject line "N6449825RCPPHub." All submissions will become government property, and proprietary information will be protected.

    Files
    Title
    Posted
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting a Sources Sought Notice for contractors interested in manufacturing large or intermediate type universal dummy hubs, an essential component for various ship classes. This solicitation is part of a market research initiative, not a formal request for proposals. The contract is anticipated to be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), with an expected award date in December 2025, and a performance commencement also aimed for December 2025. Interested firms must submit capability statements limited to five pages, covering their corporate details, past performance, and technical capabilities. Responses are due by April 5, 2025. The notice clarifies that this is solely for planning purposes and does not obligate the government to issue a contract or solicit proposals. All submissions will become government property, and proprietary information will be protected. This source sought notice underscores the government's method of assessing the market capabilities prior to initiating procurement actions, ensuring alignment with federal acquisition regulations.
    The Statement of Work (SOW) outlines the requirements for the manufacture of large and intermediate type Universal Controllable Pitch Propeller (CPP) Dummy Hubs for the Naval Surface Warfare Center Philadelphia Division (NSWCPD). This contract is established for non-personal services, emphasizing that no employer-employee relationship exists between the government and contractor personnel. The work involves producing specific dummy hub assemblies used for inspecting and repairing CPP blades on various U.S. Navy ships. Key tasks include the manufacture, pre- and post-crated visual inspection, dimensional verification, packaging, and crating of these assemblies. The contractor must adhere to strict quality management systems, follow detailed inspection and documentation guidelines, and ensure compliance with security training regulations. Requirements also include submitting regular status reports, ensuring all personnel have proper clearances, and following operations security (OPSEC) protocols to safeguard sensitive information. The contractor is solely responsible for the services provided, which must be performed at their facilities. The document outlines compliance with safety standards and quality assurance measures, reflecting the government's stringent oversight in procedures and performance tracking, crucial for effective military support operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    Balance Arbor IDIQ
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract titled "Balance Arbor IDIQ." This contract aims to manufacture and inspect large/intermediate universal dummy hubs, which are essential for the inspection and repair of Controllable Pitch Propeller (CPP) blades used in various Navy ship classes. The awarded contractor will be responsible for adhering to specific technical requirements outlined in the Statement of Work (SOW) and must comply with quality management standards, including ISO 9001, while performing work at their own facilities. Interested parties should contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil for further details, with the total contract value estimated at $50 million and a performance period extending up to six years.
    USS GONZALEZ (DDG-66) PORT AND STARBOARD CONTROLLABLE PITCH PROPELLER (CPP) PRAIRIE AIR AND VALVE ROD
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Port and Starboard Controllable Pitch Propeller (CPP) Prairie Air and Valve Rod components for the USS GONZALEZ (DDG-66). The procurement requires new parts, specifically the Number One Coupling and CPP Propulsion Hub Retaining Bolts, as detailed in the attached Statement of Work (SOW), with no refurbished or used parts accepted. This solicitation is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with reliable and efficient propulsion components. Interested vendors should submit their responses to the combined synopsis/solicitation (RFQ number N5005426Q0050) by contacting Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil, with all submissions to be made electronically via SAM or PIEE, as no paper copies will be available.
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    SPE4A726R0262,1610016636530,HUB,PROPELLER,AIRCR,1009110-2
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 308 aircraft propellers, specifically identified by NSN: 1610016636530 and Part Number: 1009110-2. This procurement is classified as a sole source acquisition, with Hamilton Sunstrand Corporation being the only approved source, and requires interested manufacturers to submit a complete source approval package if they are not the approved source. The contract will be a firm fixed-price agreement, with delivery expected within 292 days after receipt of order to DLA Distribution in New Cumberland, PA. The solicitation is set to be issued on December 22, 2025, with proposals due by January 21, 2026; interested parties can contact Renee Wassum at Renee.Wassum@dla.mil for further information.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    30--PULLEY,GROOVE - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of replacement parts, including pulleys and gears, classified as Flight Critical items. The procurement aims to ensure the availability of essential components that are vital for shipboard systems enabling the launch and recovery of aircraft, emphasizing the importance of quality and compliance with stringent engineering standards. Interested manufacturers must submit a Source Approval Request to be eligible for award, as only approved sources will be considered, with the proposal submission deadline extended to December 16, 2025. For further inquiries, potential bidders can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL.
    16--WHEEL ASSY, FWD HOR - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight critical replacement parts, including the Forward Horizontal Wheel Assembly. These items are essential for a crucial shipboard system that facilitates the launch and recovery of aircraft, and their integrity is vital to prevent serious personnel injuries or loss of aircraft. The solicitation is classified as a sole source spares procurement, and interested parties must submit their proposals by the extended deadline of December 15, 2025. For further inquiries, potential bidders can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.