Virginia Class Propulsor - Most Aggressive Feature (MAF) Follow-On
ID: N00167-23-D-XXXXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY - The Naval Surface Warfare Center, Carderock Division is seeking information from potential sources for the procurement of the Most Aggressive Feature (MAF) for the Virginia Class Propulsor. The MAF is a component of the Improved Advanced Hybrid (IAH) Propulsor used on Virginia Class Submarines. The Navy plans to construct additional IAH Propulsors for future submarines and requires information on manufacturing capabilities, engineering support services, installation and maintenance support services, manufacturing plan, quality management and quality assurance plan, and security requirements. Interested vendors should provide company information, capabilities, anticipated delivery/installation time frames, barriers to proposal submission, and program risks with recommended mitigations. The contract will be a hybrid Firm Fixed Price and Cost-Plus-Fixed-Fee Completion Type.

    Files
    No associated files provided.
    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.
    N0016726R0002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is soliciting proposals for the manufacturing of VIRGINIA Class submarine Advanced Material (AM) Version 5 (V5) Tailcones under a follow-on single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to secure a minimum of one Tailcone, with a maximum limit of 20 Tailcones over a five-year ordering period, emphasizing the importance of these components in enhancing submarine capabilities. Interested vendors are encouraged to contact the primary contact, Jacqueline Farina, at jacqueline.t.farina.civ@us.navy.mil, or the secondary contact, Kiersten Johnson, at Kiersten.m.johnson5.civ@us.navy.mil, for further details and access to applicable drawings. The solicitation is competitive, and the contract will be awarded based on the proposals received.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    20--MATING RING ASSEMBL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure mating ring assemblies and similar replacement parts. The procurement involves a quantity of 144 units of National Stock Number (NSN) 7H-2010-011117805, with delivery required to DLA Distribution Norfolk, Virginia. These components are critical for ship and boat propulsion systems, underscoring their importance in maintaining naval operational capabilities. Interested vendors are encouraged to express their interest and capabilities within 45 days of this notice, and should direct inquiries to Vince Molesky at (717) 605-3353 or via email at vincent.molesky@navy.mil.
    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.
    43--SEAL ASSEMBLY,SHAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Seal Assembly, Dynamic (Dash 1) intended for use on Navy submarines. This contract requires manufacturers to meet stringent quality and inspection standards, including first article testing and compliance with various military specifications, to ensure the reliability and safety of the components supplied. The procurement is critical for maintaining operational readiness and effectiveness of naval vessels, emphasizing the importance of high-quality manufacturing processes. Interested vendors should contact April N. Schlusser at 771-229-0555 or via email at APRIL.N.SCHLUSSER.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined specifications and deadlines.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Virginia Class SSTG
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting a sources sought notice to identify contractors capable of providing technical services for the repair of Ship’s Service Turbine Generators (SSTG) on Virginia-class submarines. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; rather, it seeks capability statements from interested parties that can meet the specified requirements. The work involves adherence to various standards and regulations, including environmental compliance and hazardous waste management, as outlined in the attached draft Statement of Work. Interested contractors should submit their capability statements to the primary contact, Yijia Li, at yijia.li2.civ@us.navy.mil by the specified deadline, as telephonic responses are not permitted.
    20--SEGMENT 7 STERN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Segment 7 Stern, identified by NSN 2040014787859. The requirement includes a single unit to be delivered to Assault Craft Unit 4 within 20 days after order, with approved sources specified as 0ACH0 and 66618 for the part number 7401551-001. This procurement is critical for maintaining operational readiness and functionality of marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    58--TOWED ARRAY SUBASEM
    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 Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.