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 contractors for the manufacture of large or intermediate type Universal Controllable Pitch Propeller (CPP) Dummy Hubs, which are critical components for various U.S. Navy ship classes. The procurement aims to establish a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with responsibilities including the production, inspection, and packaging of dummy hub assemblies, while adhering to stringent quality management and security protocols. Interested firms must submit capability statements by April 5, 2025, as part of a market research initiative, with the anticipated contract award and performance commencement set for December 2025. For further inquiries, interested parties can contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.

    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
    CCP OD BOX SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.
    Hull and Deck Machinery Systems Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Proposals (RFP) for a contract focused on providing engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, particularly concerning launch and recovery systems. The contract will be structured as a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) arrangement, lasting up to 72 months, and will require services such as system assessments, maintenance, troubleshooting, and training, along with the provision of materials and technical support for specific equipment. This procurement is vital for enhancing naval operational capabilities by ensuring the effective maintenance and improvement of critical machinery systems. Interested parties should contact Anna Eisele at anna.e.eisele.civ@us.navy.mil or James T. O'Sullivan at james.osullivan2@navy.mil for further details.
    JAMES REPAIR FEEDBACK CIRCIUT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to address technical issues with the Controllable Pitch Propeller (CPP) system on a Cutter, as outlined in a Special Notice. The primary objectives include resolving astern creep at HP 0 in Dual Engine Maneuvering Mode and addressing engine speed loss during Starboard Cruise mode, which requires adjustments to the feedback circuit and CanMan programming. This procurement is critical for maintaining operational efficiency and safety of the Cutter, with the contractor expected to restore the equipment to normal operation and deliver a final report within three days of the performance period, which spans from March 7 to March 14, 2025, at Naval Station Norfolk. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    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.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    Repair of QTY 1 EA, SSBN 726 Class 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 SSBN 726 Class propeller. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, highlighting the importance of reliable propulsion components in naval operations. Interested parties should contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details regarding the presolicitation notice, as specific deadlines and funding amounts have not been disclosed in the current overview.
    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 unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. 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 must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    CIP New Scope under FY22 FC Production Contract
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting a Sources Sought Notice (SSN) to identify industry interest and capabilities for the production and delivery of fifty-three Captain’s Interface Panel Keylock Assemblies for US and UK submarine systems under contract N0003022C1003. The SSP seeks qualified firms that can build, inspect, and test these assemblies in accordance with specific technical directives and operational guidelines, emphasizing the importance of relevant experience and compliance with subcontracting limitations. This initiative is part of the SSP's strategic planning to enhance submarine fire control capabilities, and interested parties must submit their capability statements by March 7, 2025, to Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193. This SSN serves as a market research tool and does not commit the government to any contract award.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the machining of Nickel Aluminum Bronze (NAB) device configuration parts for the VIRGINIA Class propulsor program. This procurement involves the manufacturing of up to 820 parts over a two-year period, with strict adherence to quality standards and delivery timelines, emphasizing the importance of these components in defense applications. The contract is set aside for small businesses under NAICS code 339999, and will be awarded based on the Lowest-Priced, Technically Acceptable (LPTA) bid, with quotes due by March 13, 2025. Interested vendors should direct inquiries and submissions to Michael Bonaiuto at michael.bonaiuto@navy.mil, and are encouraged to submit questions by March 06, 2025.
    Marine Gas Turbine & Propulsion Support Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking contractors for Marine Gas Turbine & Propulsion Support Services. This procurement aims to provide engineering and technical support for the Marine Gas Turbine Program, including Configuration Data Management, Integrated Logistics Support, and cybersecurity services. These services are critical for maintaining the operational readiness of propulsion systems on U.S. Navy and other military vessels. Interested firms must submit capability statements by April 3, 2025, detailing their qualifications and past performance, as the anticipated contract type is a Cost-Plus-Fixed-Fee (CPFF) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract spanning five years. For further inquiries, potential contractors can contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil.