Repair of QTY 1 EA, SSN 688 Class LAHII Propeller
ID: N0010425RF016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Boat Building (336612)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of one SSN 688 Class LAHII Propeller, identified by NSN 2S 2010 01 261 9080 P2. The procurement requires a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, emphasizing compliance with specific inspection and reporting standards as outlined in the associated DD Forms. This repair is critical for maintaining the operational readiness of naval vessels, ensuring the safety and functionality of maritime equipment. Interested contractors should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents, and note that the highest level of security required is Confidential.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the solicitation and contract details for a government procurement focused on the repair of SSN 688 Class LAH II Propellers. It specifies the type of solicitation, contact information for inquiries, and key terms for submissions such as deadlines and required documentation. The contract is classified as a rated order under the Defense Production Act, emphasizing its priority status. Key sections include evaluation factors for award, representations, certifications, and a statement of work detailing the repair requirements and timeline. The document also includes packaging, marking, and inspection criteria while highlighting compliance with various regulations regarding hazardous materials and inventory management. The delivery terms mandate that repaired items be shipped within 36 months post-contract date. This solicitation exemplifies standard federal procurement practices, ensuring thoroughness in product quality, contract adherence, and safety standards in alignment with defense requirements.
    The document is a DD Form 1423-1, which facilitates the requirements for contract data submissions in federal contracts, specifically concerning the Contractor's Progress, Status, and Management Report. It outlines the responsibility of contractors to deliver data items as specified by the Navy Supply Systems Command (NAVSUP WSS). The report must be submitted electronically in a monthly format via email, with the first submission due within 30 days of contract award and subsequent reports due by the fifth working day of each month. The document provides detailed guidance on completing the data requirements list, which includes sections for identifying contract details, data item specifics, submission frequency, and distribution instructions. Noteworthy is the emphasis on the categorization of data items, including Technical Data Packages and Technical Manuals. The structure supports compliance with the Department of Defense’s standards regarding data management and contract adherence, ensuring effective monitoring of contractor performance and deliverables.
    The DD Form 1423-1 outlines the Contract Data Requirements List for federal contracts, specifically focusing on data submission relating to item inspection and repair. It establishes guidelines on how contractors should report any anticipated departures from specifications, detailing the necessary documentation and communication required with the Government's Designated Contracting Officer. The document specifies the importance of using the correct forms, such as DD Form 1694 for requests and emphasizes that all deviations must be reviewed and approved within a set timeframe of 45 days. It highlights the essential content requirements and submission frequency, directing contractors to send relevant material electronically in PDF format. Overall, this form serves as an essential tool in ensuring compliance with government data requirements, maintaining quality control in maintenance operations, and facilitating clear communication between contractors and government offices. This structured approach ensures that all actions taken are documented meticulously, providing accountability and traceability throughout the procurement process.
    The document outlines the DD Form 1423-1, which is used for the Contract Data Requirements List (CDRL) in the context of defense contracts. The primary purpose is to compile and manage the submission of critical data associated with government contracts, particularly concerning the inspection and refurbishment of equipment. The form details sections for specifying contract information, data item descriptions, submission frequencies, and required approvals, ensuring compliance with military standards. Key requirements include the submission of various inspection reports, such as those for propellers and related components, with prescribed forms for reporting discrepancies. The document mandates electronic submission of reports via PDF and outlines the necessary compliance verification procedures. It emphasizes the collection of data about preservation deficiencies and requires documentation of any issues such as packaging failures. The document also specifies a 10-day review period for government approval and establishes protocols for the distribution of reports. Overall, it serves as a critical tool for ensuring that contractors deliver necessary data in accordance with governmental quality and documentation standards.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1, with a focus on item inspection and repair, specifically for propeller systems and related components. The form mandates the creation and submission of visual technical inspection reports for various equipment, including propellers, ducted propulsors, and specific gages. It delineates the procedures for report submissions, which must be conducted electronically in .PDF format, accompanied by required approvals and adherence to submission guidelines. Key information includes the system/item details, the contractor's obligations, and the structured approach to data submission, emphasizing rigorous compliance with technical standards. The document specifies distribution instructions and approval processes, underscoring a 45-day review period for the government to assess submitted data. This form is essential for federal contracts, ensuring that contractors provide satisfactory and compliant data which supports the government's operational demands and ensures the safety and functionality of maritime equipment.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense (DoD) to outline data item submission expectations for contractors. The form specifies a dimensional inspection report requirement for equipment such as propellers and related components, detailing specific forms to be used, including 9245/11, 9243/3, and 9245/13. It emphasizes the importance of adherence to the specified format for reporting and requires the submission of reports electronically in PDF format. The document instructs contractors to provide not only inspection results but also a pre-repair description of necessary actions. Approval for the reports is contingent on their alignment with technical standards, allowing 45 days for government review. Submission instructions include addresses for specific codes related to surface and submarine propellers, and use of the Wide Area Workflow (WAWF) system for document processing is mandated. Overall, the form ensures that all necessary documentation is accurately compiled, submitted, and reviewed to maintain compliance with DoD requirements.
    The DD Form 1423-1 serves as a Contract Data Requirements List, outlining specifications for data items required in government contracts, particularly pertaining to item inspection and repair. This document is structured to collect essential information regarding the data item, including its title, frequency, certification requirements, and submission details. Key points include the requirement for specific inspection forms tailored for propellers and related components, with stipulations to follow certain formats without modification unless approved. Data submissions must adhere to electronic delivery methods, signed by a government representative, and submitted within a specified timeframe after approval. Additionally, it includes instructions for completing the form to ensure clarity and compliance from both government personnel and contractors. The purpose of this form is to ensure that contractors understand their reporting obligations and the necessary documentation for compliance with government standards under federal contracts.
    Lifecycle
    Similar Opportunities
    48--VALVE,LINEAR,DIRECT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the repair and modification of 14 units of a linear valve, identified by NSN 7H-4810-014906128. The procurement is limited to one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive sourcing, making this a non-competitive solicitation under FAR 6.302-1. The selected contractor will be required to deliver the repaired items within 180 days of contract award, with the solicitation number N00104-26-R-YA1S. Interested parties must submit their proposals to the primary contact, Taylor M. Fasching, via email at TAYLOR.M.FASCHING.CIV@US.NAVY.MIL, within 45 days of the notice publication date to be considered.
    FMS Repair - NIIN 013474420 Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    14--COMPUTER GROUP,GUID, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    28--CASE,DIFFUSER,TURBI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific gas turbine component, identified by NSN 7R-2840-013660532-XQ. The procurement involves a quantity of 15 units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality and reliability of the part, which is critical for flight operations. Only sources previously approved by the Government will be considered for this contract, as the item is flight critical and necessitates adherence to strict qualification procedures. Interested parties must submit their proposals, including necessary source approval documentation, within 45 days of the notice, and can contact Charles F. Horan at (215) 697-1303 or via email at CHARLES.F.HORAN4.CIV@US.NAVY.MIL for further information.
    48--STARTER CONTROL VAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of starter control valves, identified by NSN 7R-4820-016629522-F7. The procurement involves a quantity of five units, which are classified as commercial/nondevelopmental items, and requires government source approval prior to contract award due to the flight-critical nature of the item. Interested vendors must provide necessary documentation for source approval along with their proposals, as only previously approved sources will be considered. Proposals must be submitted within 45 days of this notice, and interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further information.
    16 - FMS REPAIR: ROTARY WING BLADE
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contract for the repair of two rotary wing blades (NSN: 7RE 1615 011589679 VH, Part Number: 70150-29100-041), classified as Critical Safety Items. The procurement is necessary due to the lack of sufficient data to contract with other sources, and the award will be made under an existing Basic Ordering Agreement. These blades are vital components for military aviation, emphasizing the importance of compliance with stringent packaging and marking standards as outlined in MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit proposals that include detailed information from the NAVSUP WSS Source Approval Brochure, with a performance period from January 5, 2026, to April 6, 2026. For inquiries, contact Dana Scott at dana.l.scott14.civ@us.navy.mil or call 771-229-0557.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    FMS Repair of PUMP HOUSING
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a PUMP HOUSING (NSN: 1610015358762, Part Number: 1006864-1) as part of its Foreign Military Sales (FMS) program. This solicitation outlines specific requirements for repair, quality assurance, packaging, and marking, ensuring compliance with federal acquisition regulations and best practices for overseas shipment. The successful contractor will play a crucial role in maintaining military equipment essential for defense operations. Interested parties should contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or call 215-697-1219 for further details, as the solicitation emphasizes adherence to various contractual terms and conditions without a set-aside for small businesses.
    20--HUB,PROPELLER,SHIP
    Buyer not available
    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.