2010- Repair of Virginia Class Propulsor Rotor Assembly
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy's NAVSUP Weapon Systems Support (WSS) is soliciting proposals for the evaluation, repair, and/or modification of Virginia Class Propulsor Rotor Assemblies (NSN 2S 2010-01-534-8269). This is a Firm Fixed-Price (FFP) contract opportunity. Proposals are due June 10, 2026.
Scope of Work
The contractor will be responsible for the comprehensive evaluation, repair, and modification of VA CLASS PROPULSOR ROTOR, QTY 1 EA. This effort requires adherence to the Technical Data Package Version 014 (dated August 1, 2023) and the Repair Statement of Work (SOW) SSN 774 Class Rotor Repair. Key requirements include inspection at origin, acceptance at origin, and compliance with detailed packaging, packing, and marking specifications, including provisions for hazardous materials and electrostatic discharge sensitive items. Unique Item Identification (UII) is required for applicable items.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Duration: Induction for one year from the date of the order; delivery 15 months from award for item 0001AA.
- Set-Aside: Not a small business set-aside.
- Response Due: June 10, 2026
- Published: May 11, 2026
Evaluation
Award will be based on an evaluation where past performance is considered more important than price. Past performance will be assessed using the DoD Supplier Performance Risk System (SPRS). Offerors must provide a firm fixed price quote.
Key Requirements & Submission
A DD 254 Facility clearance is required. Quotations must be submitted via email to jeffrey.a.dietrich5.civ@us.navy.mil with the subject line 'N0010426QZ058'. The solicitation is being conducted under Emergency Acquisition Flexibilities (EAF). Offerors should note that Cybersecurity Maturity Model Certification (CMMC) requirements may apply, and Hazardous Material identification and Safety Data Sheets are required. The contract includes several Contract Data Requirements Lists (CDRLs A004-A009) for submitting various reports, including requests for deviations, visual preservation and technical inspections, dimensional inspection reports, certification data reports, and repair proposals. Specific instructions for Wide Area WorkFlow (WAWF) for payment and receiving reports are provided.