Balance Arbor IDIQ
ID: N6449826R00012Type: Solicitation
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 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.

    Files
    Title
    Posted
    The NSWCPD Small Business Participation Commitment Document (SBPCD) outlines the small business participation goals for solicitation N6449826R0012, with a total contract value of $50,000,000. The offeror's total proposed small business participation is 48%, amounting to $24,000,000. This includes $14,000,000 for direct labor and $10,000,000 for Other Direct Costs (ODC). The document details specific dollar allocations for various small business categories under direct labor, such as Small Business, Small Disadvantaged Business, Women-Owned Small Business, and SD Veteran-Owned Small Business. Offerors are responsible for validating proposed subcontractors and identifying appropriate small business size determinations and NAICS codes. The document also provides tables for identifying specific small business firms for direct labor and ODC, along with descriptions of work and proposed subcontract dollars.
    The provided document outlines pricing and ordering details for two distinct items: CLIN 0001, the Intermediate Balance Arbor, and CLIN 0002, the Large Universal Balance Arbor. The pricing structure for both items is based on a
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used in government contracting, specifically for acquiring data in federal, state, and local RFPs and grants. This document outlines the requirements for data deliverables, such as the "CONTRACT STATUS REPORT" for "NAVY SURFACE SHIP PROPELLERS." It details specific instructions for both government personnel and contractors on how to complete the form, including data item numbering, titles, authority, contract references, requiring offices, distribution statements, and submission frequencies. Key aspects include tailoring Data Item Descriptions (DIDs), specifying distribution statements (e.g., Distribution Statement D for U.S. DoD and contractors only), and outlining submission timelines (e.g., first submission within 14 calendar days, subsequent monthly). The form also defines price groups (Group I to Group IV) for estimating the cost of data items, emphasizing that these costs should only reflect the direct expenses of supplying the data, excluding rights in data. The document ensures standardized data acquisition and reporting within government contracts.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items. This specific form details requirements for a
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. This form standardizes data item acquisitions, detailing requirements for data deliverables such as technical data packages, technical manuals, and other categories. It specifies information like the data item number, title, authority, contract reference, requiring office, and submission details. The document outlines procedures for both government personnel in preparing the CDRL and contractors in estimating prices for data items based on effort groups (Group I: not essential to primary effort; Group II: essential with additional work; Group III: essential for internal use with minor changes; Group IV: minimal effort). Key instructions cover inspection, acceptance, approval processes, distribution statements (e.g., Distribution D for U.S. government and DoD contractors), and submission methods, including WAWF in Adobe PDF format. The form emphasizes proper numbering, content definition, and timely submission of data to the Government Issuing Contracting Officer.
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking a contractor for a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to manufacture and inspect large/intermediate universal dummy hubs. These hubs are critical for inspecting and repairing Controllable Pitch Propeller (CPP) blades for various Navy ship classes. The contract, awarded through a Best Value Tradeoff Source Selection, will have a five-year ordering period and a six-year period of performance. The contractor must adhere to specific technical requirements, including manufacturing, inspection, packaging, and marking, as detailed in the Statement of Work (SOW) and various referenced NAVSEA and MIL-STD documents. Key deliverables include monthly status reports and comprehensive test/inspection reports. The contractor will perform work at their own facilities and is responsible for complying with all security, intellectual property, and quality management standards, including ISO 9001. All invoicing will be processed electronically via Wide Area WorkFlow (WAWF).
    Lifecycle
    Title
    Type
    Balance Arbor IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    20--HUB,PROPELLER,SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    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.
    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.
    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.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    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.
    25--PROPELLER SHAFT WIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 22 units of the Propeller Shaft WIT, identified by NSN 2520015522194. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of three units and an estimated ten orders per year. The items are critical components for vehicular equipment and must meet specific source-controlled drawing requirements, with delivery to various DLA depots both within the continental U.S. and overseas. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    48--DISC AND RING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of two units of a disc and ring assembly, identified by NSN 1H-4820-016127519-PP, under solicitation number N00104-26-Q-BF33. The procurement requires delivery of these items to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA, within 180 days of contract award. These components are critical for various naval applications, emphasizing the importance of reliable supply chains in defense operations. Interested suppliers must submit their proposals, including all required documentation, within 45 days of this notice, and can contact Mikelin E. Mackavage at MIKELYN.MACKAVAGE@NAVY.MIL for further details.