BLADE,PROPELLER,SHI
SOL #: N0010425QJC38Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Boat Building (336612)
PSC
Ship And Boat Propulsion Components (2010)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jun 3, 2025
2
Last Updated
Feb 4, 2026
3
Submission Deadline
Jun 30, 2025, 8:30 PM
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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH is soliciting quotations for the repair of BLADE,PROPELLER,SHI (Product Service Code 2010 - Ship And Boat Propulsion Components). This is a Firm-Fixed-Price contract opportunity. Quotations are due by February 13, 2026.
Scope of Work
This Request for Quotations (RFQ) is for the repair of propeller blades, requiring adherence to the contractor's repair/overhaul standard practices, manuals, and directives, including drawings and technical orders. Key requirements include:
- Repair and/or modification of the specified propeller blade (CAGE 93366, Ref. No. 660509240).
- Government Source Inspection (GSI) is required.
- Marking in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Packaging in accordance with MIL-STD 2073.
- Contractor is responsible for all inspection and testing requirements as per original manufacturer's specifications.
- Changes in design, material, servicing, or part number require Procurement Contracting Officer (PCO) approval, except for Code 1 changes.
Contract Details
- Type: Firm-Fixed-Price (FFP)
- Set-Aside: None specified.
- Certified Cost or Pricing Data: Required when action meets or exceeds $2.5 million (for prime contracts awarded on or after July 1, 2018), unless an exception applies.
- Option Quantity: The option clause/provision and subCLIN have been deleted.
Submission & Evaluation
Offerors must submit quotations including:
- Quote Amount and Repair Turnaround Time (RTAT): Unit Price, Total Price, and proposed RTAT. The Government seeks an RTAT of 500 days; if not met, provide capacity constraints. Accelerated delivery is encouraged.
- Testing and Evaluation (T&E) Fee: If an asset is determined Beyond Repair (BR/BER), provide a Not-to-Exceed (NTE) T&E fee.
- Awardee Information: CAGE code, Inspection & Acceptance CAGE, Facility/Subcontractor CAGE.
- Comparison Data: New unit price and new unit delivery lead-time.
- Price Reduction: Propose a price reduction amount per unit per month for failure to meet RTAT, up to a maximum.
- Eligibility: Consideration for award is given only to authorized distributors of the original manufacturer. Proof of authorization on company letterhead is required with the offer.
- Freight: FOB Origin. Freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work.
Important Notes
- Verify nomenclature, part number, and NSN prior to responding.
- The resultant award will be issued bilaterally, requiring contractor's written acceptance.
- Contact ALEXANDER.S.CRAFT.CIV@US.NAVY.MIL for inquiries.
People
Points of Contact
Alexander CraftPRIMARY