Propulsor Devices Parts Machining
ID: N0016725Q00650001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

OTHER QC/TEST/INSPECT- NONMETALLIC FABRICATED MATERIALS (H993)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is soliciting quotes for part machining services under a small business set-aside contract. The procurement falls under the NAICS code 339999, with a business size standard of 550 employees. The contract will be awarded to the responsible Quoter submitting the Lowest-Priced, Technically Acceptable (LPTA) bid, which provides the best value to the Government. Questions must be submitted by March 06, 2025, and quote packages are due by March 13, 2025. Interested vendors can direct inquiries and submissions to Michael Bonaiuto via email, who will also provide specification drawings upon request. Quote packages should include essential information such as the Company Name, Point of Contact, and Cage code. This solicitation reflects the government's initiative to engage small businesses while ensuring high-value procurement.
    The document outlines a Request for Proposal (RFP) by the Naval Surface Warfare Center for the manufacturing of Nickel Aluminum Bronze (NAB) device configuration parts for the VIRGINIA Class propulsor program. It specifies requirements for up to 820 parts across multiple types over a two-year period, detailing tiered pricing, delivery terms, and inspection protocols. The RFP is structured in sections discussing supplies and services, inspection and acceptance terms, delivery information, and performance work statements. It also includes technical requirements for machining individual parts and managing Government Furnished Materials (GFM). The contractor is required to follow strict manufacturing quality requirements, facilitating inspections and approvals before delivery. The overall period of performance for the award is set until February 2027. This RFP emphasizes the necessity for adherence to specifications, prompt delivery, and quality assurance in meeting government standards for defense applications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 stock bearing shaft sleeves and pintle stock bearing shaft sleeves, specifically made from ASTM-B271 bronze, as part of a combined synopsis and solicitation (RFQ N3220525Q2234). These components are critical for ship propulsion systems and must meet stringent specifications, including ABS certification and hydro testing, to ensure reliability and performance in maritime applications. Interested vendors are required to submit detailed price quotes and technical submissions by March 5, 2025, with an anticipated delivery date of July 25, 2025, to the MSC W143 Warehouse in Norfolk, VA. For further inquiries, potential offerors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    MAG Switch Parts
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWCDIVNPT), is seeking quotations from small businesses for the procurement of MAG Switch Parts, specifically 50 units each of the Housing Switch Assembly and Cover Plate Assembly, as per NAVSEA specifications. This initiative emphasizes the importance of collaboration with small businesses in enhancing innovation and service delivery within defense procurement. Proposals must be submitted electronically by March 7, 2025, and should include pricing, shipping details, and a point of contact, with a contract award based on a Lowest Price, Technically Acceptable basis. Interested parties can reach out to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028 for further information.
    PLATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting quotations for the procurement of nickel-copper alloy metal plates under solicitation number SPMYM425Q0264. This opportunity is specifically set aside for small businesses, including service-disabled veteran-owned and women-owned entities, and aims to fulfill Controlled Industrial Material (CIM) requirements with precise material specifications and delivery schedules. The procurement is critical for ensuring the availability of essential materials used in various defense applications, promoting equitable access to contracting opportunities for diverse business categories. Interested contractors must submit their offers by March 5, 2025, and are required to register with the System for Award Management (SAM) and provide necessary documentation, including their CAGE code and tax identification number. For further inquiries, potential bidders can contact Leo Li at leo.y.li.civ@us.navy.mil or by phone at 808-423-8000.
    Bronze Drive nuts
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations from small businesses for the fabrication of four bronze drive nuts to repair a malfunctioning deadweight machine. This procurement is critical for maintaining measurement standards and requires compliance with specific technical specifications and tolerances, as the drive nuts must be manufactured according to SAE and thread standards. Interested vendors must submit their technical and price quotations by March 5, 2025, and ensure they are registered in the System for Award Management, with all submissions evaluated based on technical capability and pricing. For further inquiries, potential offerors can contact Junee Johnson at junee.johnson@nist.gov.
    OK-542 Stow Drum
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the procurement of an OK-542 Stow Drum under a firm-fixed-price contract. The procurement requires compliance with specific welding procedure specifications (WPS) and procedure qualification records (PQR), ensuring that the contractor meets established safety and quality standards for tactical component manufacturing. This equipment is crucial for enhancing the capabilities of the SSBN/SSGN 726 CL Submarines, reflecting the government's commitment to maintaining operational readiness in underwater warfare. Interested vendors must submit their quotes by 2:00 PM EST on March 13th, and inquiries can be directed to Nico Montanari at nico.s.montanari.civ@us.navy.mil.
    Seachest Anodes USNS ARCTIC
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the procurement of Seachest Anodes for the USNS ARCTIC, with the contract to be executed in Norfolk, Virginia. This procurement, identified under solicitation N3220525Q2262, requires commercial products and services related to naval operations, specifically focusing on anodes and pallets, and falls under NAICS code 336611 for shipbuilding. The selected contractor will be expected to deliver the goods by May 12, 2025, with quotes due by February 10, 2025, and must include pricing, delivery timelines, and technical specifications to meet government standards. Interested parties can contact Grant Sivertson at grant.t.sivertson.civ@us.navy.mil or by phone at 757-443-0927 for further information.
    Procurement of Flange Material
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified suppliers for the procurement of flange material required for the maintenance of the USS California (SSN 781). The contract involves supplying one unit of a 15” diameter, 11.88” long Copper-Nickel (C71500 CuNi FGD, 70/30) flange that meets specified dimensions and standards, with delivery to the Naval Submarine Base New London in Groton, Connecticut. This procurement is critical for ensuring the operational readiness and maintenance of naval vessels, emphasizing the importance of compliance with government specifications and quality standards. Interested parties must submit their offers by March 5, 2025, with a delivery deadline set for May 23, 2025. For further inquiries, potential contractors can contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil.
    5305 Countersunk Oval Screw, Monel 400
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of 5305 Countersunk Oval Screws made from Monel 400 to support operations at SRF Yokosuka in Japan. This Request for Proposal (RFP), identified as N0040625Q0366, requires vendors to provide complete pricing, delivery schedules, and compliance with federal regulations, with evaluations based on technical acceptability, past performance, and price realism. The procurement emphasizes the importance of these screws in maintaining operational readiness and quality standards for naval equipment. Proposals are due by March 13, 2025, at 12:00 PM, and interested parties should contact Wilfredo Gervacio at wilfredo.j.gervacio.civ@us.navy.mil for further information.
    Bow Thruster Nozzle Refurbishment
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the refurbishment of eight Bow Thruster Nozzles, along with the fabrication of additional parts, including sixteen C-shaped and eight V-shaped belt covers. The refurbishment is necessary due to degradation caused by saltwater and environmental exposure, aiming to extend the service life of the thruster nozzles by 10-20 years through a comprehensive process of cleaning, inspecting, and repairing damaged fiberglass structures, followed by repainting. This procurement is critical for maintaining operational readiness and safety protocols for the U.S. Navy's equipment. Interested contractors must submit their quotations via email by March 6, 2025, and are required to register in the System for Award Management (SAM). For further inquiries, contact Jason Pelle at jason.a.pelle.civ@us.navy.mil.
    USNS GUADALUPE PROPELLER MAINTENANCE PARTS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is soliciting quotes for maintenance parts for the USNS Guadalupe, specifically focusing on fabricated metal products under NAICS code 332999. The procurement includes a range of items such as installation kits, seals, o-rings, and various hardware components, detailed across ten Contract Line Item Numbers (CLINs), which are essential for maintaining military maritime operations. Interested vendors must submit their quotes via email by March 11, 2025, with a delivery deadline for the required parts set for April 17, 2025, to a designated location in San Diego, CA. For further inquiries, potential bidders can contact Christopher Johns or Christopher Ward via the provided email addresses.