Propulsor Duct Machining Industry Day
ID: N0016726XPropulsorDuctMachiningType: Special Notice
Overview

Buyer

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

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is hosting an Industry Day on May 1, 2025, to discuss the procurement of Propulsor Duct Machining services. This event aims to provide U.S. Department of Defense contractors with the opportunity to review design drawings and manufacturing requirements for propulsor duct components, which are critical for enhancing naval propulsion systems. Eligible contractors must possess an approved DD Form 2345 and a personnel clearance of at least CONFIDENTIAL to participate, with the solicitation for the associated procurement expected to be posted on SAM.gov in June 2025. Interested parties should contact Jonathan Mauro at jonathan.s.mauro.civ@us.navy.mil or Sam Keith at sam.a.keith.civ@us.navy.mil for further details and to submit required documentation by April 24, 2025.

Files
Title
Posted
Apr 22, 2025, 1:09 PM UTC
The document outlines a Request for Proposals (RFP) for the manufacture and delivery of various components related to the SSN and COLUMBIA AOS Class systems, including associated casting repairs. It details specific items to be supplied, each identified by a Contract Line Item Number (CLIN), with pricing structures established as Firm-Fixed-Price (FFP) or Cost-Plus-Fixed-Fee (CPFF). The primary objectives involve machining, painting, and delivering the Aft Outer Structures (AOS) and propulsor components, along with necessary engineering support services. The statement of work establishes rigorous specifications for manufacturing, including quality assurance protocols, testing plans, and compliance with security requirements for classified materials. It highlights the necessity for the contractor to produce several prototypes, perform inspections, and adhere to government guidelines for handling transparent information while maintaining a biannual review process to monitor progress. The document serves as a formal solicitation aimed at obtaining competitive proposals from qualified contractors capable of fulfilling the outlined requirements, reflecting an initiative to bolster the U.S. Navy's military capabilities through enhanced vehicle engineering and logistical support. Overall, it emphasizes coordination between government requirements and private sector resources in defense contracting.
Apr 22, 2025, 1:09 PM UTC
The Visitor Map for the Naval Surface Warfare Center (NSWC) Carderock Division in West Bethesda, MD, provides essential information for visitors accessing the facility. Key features of the map include designated parking areas, including handicapped spaces and reserved parking for personnel. It outlines the main entrance (Gate 2) and subsequent access points for deliveries, specifically noting restrictions at Gate 3, which is open only for shipments from 6 a.m. to 3 p.m. Key directions for inbound delivery vehicles from the north and south are provided, emphasizing the need for careful navigation due to a permanently closed gate at the GPS-directed location. Visitor access is facilitated through the Visitor Center, which serves as the main point of contact for inquiries and assistance. Overall, this document serves to streamline access for visitors and deliveries to the facility, ensuring safety and compliance with operational protocols while optimizing parking and entry logistics within the base.
Apr 22, 2025, 1:09 PM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
Industry Day Announcement - Expeditionary and Range Systems (E&RS) Hardware and Field Services Support AND Shipboard Landing Systems Integration and Installation Support Services (SLSI&I) Requirements
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is hosting an Industry Day to discuss upcoming procurement opportunities related to Expeditionary and Range Systems (E&RS) Hardware and Field Services Support, as well as Shipboard Landing Systems Integration and Installation Support Services (SLSI&I). The event aims to provide potential bidders with insights into the technical support, system installation, maintenance, and project management services required for air traffic control and aerospace management systems. This Industry Day is a critical opportunity for industry participants to engage directly with NAWCAD representatives, clarify project requirements, and foster partnerships ahead of the anticipated Request for Proposals (RFPs) scheduled for FY25 QTR4 and FY26 QTR2. Interested companies must register by May 14, 2025, and can contact Megan N. Lyon at megan.n.lyon.civ@us.navy.mil or Jennifer Lundburg at jennifer.l.lundburg.civ@us.navy.mil for further details.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
Propeller, Marine, 2010-01-137-4681
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking offers for the procurement of marine propellers under the presolicitation notice titled "Propeller, Marine, 2010-01-137-4681." The requirement includes a total quantity of 192 each, with various increments solicited ranging from 1 to 192 units, and the delivery schedule is set for 188 days after receipt of order (ARO). These propellers are critical components for ship and boat propulsion systems, emphasizing the importance of reliable supply for military maritime operations. Interested suppliers are encouraged to submit offers, with the solicitation expected to be available on DIBBS on or after May 5, 2025, and should direct inquiries to Mandy Phipps-Kuhlman at mandy.phipps-kuhlman@dla.mil.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, made from machined 6061-T6 aluminum. The procurement requires contractors to produce, test, inspect, and deliver these components in accordance with detailed specifications, including conducting First Article Tests and providing certification and traceability reports. This initiative is crucial for maintaining the operational readiness of the MK54 torpedo system, reflecting the Navy's commitment to efficiency and safety in defense contracting. Interested parties must submit their quotes by April 30, 2025, and can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
SHAFT,INTERMEDIATE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the SHAFT, INTERMEDIATE, a component critical to ship and boat propulsion systems. The procurement requires that the contractor be an authorized repair source and adhere to specific requirements, including a Repair Turnaround Time (RTAT) of 203 days after receipt of the asset, with penalties for delays. This contract is vital for maintaining operational readiness and ensuring the reliability of naval vessels. Interested contractors must submit their quotes by April 11, 2025, and can direct inquiries to Darian M. Holley at 717-605-1339 or via email at darian.m.holley.civ@us.navy.mil.
Manufacturing and Services Acquisition (MASA)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the Manufacturing and Services Acquisition (MASA) to support various military projects. The procurement aims to identify contractors capable of providing manufacturing and service support across five specific task areas: production hardware, research and development hardware, plating services, electronics assembly, and advanced machining. These services are critical for the fabrication and assembly of military products, ensuring operational readiness and technological advancement. Interested parties must submit their capabilities and contact information via email to Sara Cooper at sara.j.cooper4.civ@us.navy.mil by 3:00 PM EST on May 2, 2025, with submissions not exceeding 2 MB and avoiding .zip files.
30--DR PULLEY BUSH ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 12 units of the DR Pulley Bush Assembly, identified by NSN 3H-3020-016877256-SQ. This procurement is critical for submarine logistics, as the item is essential for operational readiness, and the government intends to solicit full and open competition, although it is expected that the award will be made to the Original Equipment Manufacturer (OEM) due to the lack of available drawings or data for alternative sources. Interested parties must submit their capability statements to the primary contact, Jessica Grzywna, at jessica.t.grzywna.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued around April 4, 2025, and proposals due by May 6, 2025.
Virtual Industry Day - Portsmouth Naval Shipyard
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, is hosting a virtual Industry Engagement on May 19, 2025, aimed at informing industry partners about procurement opportunities within the Submarine Fleet Readiness Department. This event will provide insights into the department's operations and upcoming projects, with a focus on engaging businesses that fall under specific North American Industry Classification System (NAICS) codes related to manufacturing, engineering services, and logistics support. Interested participants, particularly SeaPort Multiple Award Contract (MAC) holders, are encouraged to register for the event, which will take place from 10:00 AM to 11:30 AM Eastern Time, and must provide their company details to secure attendance. For further inquiries, attendees can contact Steven Carlberg at steven.w.carlberg.civ@us.navy.mil or David Agea at david.a.agea.civ@us.navy.mil.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.