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 (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to manufacture and inspect universal dummy hubs, which are critical for the inspection and repair of Controllable Pitch Propeller (CPP) blades used in various Navy ship classes. This procurement aims to establish a contract with a five-year ordering period and a six-year performance period, utilizing a Best Value Tradeoff Source Selection process to ensure quality and cost-effectiveness. Interested contractors must submit both technical and price proposals, with the RFP closing date extended to January 27, 2026, and can request necessary drawings via email from the primary contact, Grace Haley, at grace.k.haley.civ@us.navy.mil. The total contract value is estimated at $50 million, with a small business participation goal of 48%, amounting to $24 million.

    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
    This document outlines pricing for two items, CLIN 0001 Intermediate Balance Arbor and CLIN 0002 Large Universal Balance Arbor, across five ordering periods. The price per unit for both items increases with each subsequent ordering period. CLIN 0001 starts at $1.00 in Period 1 and rises to $5.00 in Period 5. CLIN 0002 begins at $2.00 in Period 1 and increases to $10.00 in Period 5. The document also includes calculations for a "Total Evaluated Price" and the average prices for each item across their respective ordering periods. This structure is typical for government RFPs or contracts where pricing may vary over time or by ordering period.
    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).
    This amendment extends the closing date for RFP N6449826R0012 to January 27, 2026, and adds a revised Attachment 2_Price Sheet (REV1) along with instructions for requesting drawings. The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) plans to award a single Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for manufacturing and inspecting universal dummy hubs. This procurement uses a Best Value Tradeoff Source Selection process. The contract will have a five-year ordering period and a six-year performance period. The minimum order is one (1) CLIN 0001, with a maximum of three (3) per order. Offerors must submit both technical and price proposals. Drawings can be requested via email from Grace Haley and will be provided via DoD Safe.
    Lifecycle
    Title
    Type
    Balance Arbor IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.
    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.
    25--HUB,WHEEL,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular wheel hubs, specifically NSN 2530015801177, with an initial order quantity of 26 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of three units. These components are critical for maintaining vehicular equipment and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    PROJECT CM25274005
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a fixed-price contract related to the procurement of NSN 2040015013323, which pertains to marine hardware and hull items. The contract will include a one-year base period with an option for an additional year, allowing for shipments to various military depot locations as needed, with no restrictions on technical data or manufacturing processes. This procurement is significant for maintaining military readiness and ensuring the availability of essential components, with proposals due following the solicitation release on January 7, 2026. Interested vendors should contact Mindy Cook at mindy.cook@dla.mil or 614-692-1798 for further details and must comply with export-control regulations and JCP certification requirements.
    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.
    25--HUB CAP,WHEEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,022 units of HUB CAP, WHEEL (NSN 2530014240396). This procurement is set aside for small businesses and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 153. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This firm-fixed-price contract requires the tilter to safely handle three different sized drums with a minimum capacity of 8000 lbs, utilizing a 3HP electric over hydraulic motor and a two-button handheld controller, to support repair operations for towed array stowage drums used on various classes of submarines. The procurement is critical for maintaining operational readiness of the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group. Interested parties must submit their quotes by January 16, 2026, and direct any questions to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil, with all submissions requiring compliance with CMMC Level 2 security standards and a valid Joint Certification Program (JCP) certification for access to drawings.
    25--HUB,WHEEL,VEHICULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular wheel hubs, specifically NSN 2530014114860, with a requirement for 47 units to be delivered to DLA Distribution. This procurement is critical for maintaining the operational readiness of military vehicles, as the wheel hubs are essential components in the vehicular equipment system. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    COUPLING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of couplings, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards, as the materials involved are designated as Special Emphasis material, necessitating rigorous testing and certification to prevent failures that could lead to serious safety risks. The selected contractor will be responsible for delivering the specified couplings within 365 days of contract award, with a focus on compliance with detailed specifications and quality control measures. Interested parties should direct inquiries to Christian Valdez at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL, with the closing date for submissions set for January 30, 2026.
    HULL PENETRATOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Hull Penetrators, which are critical components for shipboard systems. The contract requires the delivery of specialized materials that meet stringent quality and safety standards, as any defects could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for ensuring compliance with detailed specifications and quality assurance requirements, with a final delivery timeline set for 365 days after contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must adhere to the outlined submission protocols for certification data prior to shipment.