Columbia Class Tailcone Follow-on

SOL #: N0016726R1005Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CARDEROCK
BETHESDA, MD, 20817-5700, United States

Place of Performance

Bethesda, MD

NAICS

Ship Building and Repairing (336611)

PSC

Ship And Boat Propulsion Components (2010)

Set Aside

No set aside specified

Timeline

1
Posted
May 14, 2026
2
Response Deadline
Jun 2, 2026, 4:00 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 Naval Surface Warfare Center, Carderock Division (NSWCCD) has issued a Pre-Solicitation Notice for the Columbia Class Tailcone Follow-on. This is not a Request for Proposal (RFP) but seeks comments, recommendations, and questions from potential offerors regarding the manufacture and delivery of COLUMBIA Class Submarine Propulsor Tailcone Kits and associated engineering support. Responses are due by June 2, 2026.

Opportunity Details

This pre-solicitation aims to gather industry feedback for a planned future solicitation. The Advanced Propulsor Management Office (Code 808) is responsible for Engineering and Manufacturing of US Navy COLUMBIA (CLB) Class submarine propulsors, with the Tailcone being a key component. The planned RFP release is the end of September 2026, with an anticipated award date of June 2027.

Scope of Work

The future contract will involve the manufacture and delivery of COLUMBIA Class Submarine Propulsor Tailcone Kits, with a maximum of eight (8) kits and a minimum of one (1) required in the first year, plus options for seven (7) additional kits. This includes material procurement, manufacturing, painting, and delivery. Additionally, engineering support services will be required for design review, design changes, and developing manufacturing plans, processes, facilities, personnel, and qualifications. Other Direct Costs (ODCs) for engineering services and travel within CONUS may also be required. Data requirements include furnishing data in accordance with Contract Data Requirements Lists (CDRLs).

Contract & Timeline

  • Opportunity Type: Presolicitation
  • Planned Contract Type: Mixed Fixed-Price-Incentive-Fee (FPIF) Firm Target and Cost-Plus-Fixed-Fee (CPFF) Term
  • Planned Period of Performance: One base year plus four one-year options
  • Product Service Code: 2010 (Ship And Boat Propulsion Components)
  • NAICS Code: 336611 (Ship And Boat Building)
  • Place of Performance: Bethesda, MD
  • Pre-Solicitation Response Due: June 2, 2026, 4:00 PM ET
  • Published Date: May 14, 2026
  • Planned RFP Release: End of September 2026
  • Planned Award Date: June 2027

Response Requirements

Interested offerors are requested to provide comments, recommendations, and questions on the Draft Statement of Work (SOW) and Draft Sections L&M. Responses are limited to ten pages and must, at a minimum, demonstrate the capability to meet requirements and schedule, and inform the Government of any barriers to proposing. No Government response will be provided to questions, and respondents will not be notified of the results of this pre-solicitation.

Eligibility & Evaluation (for future RFP)

The planned solicitation is unrestricted. Small businesses may need to submit a Small Business Subcontracting Plan, with specific participation goals outlined for various small business categories. Evaluation for the future RFP will prioritize Technical capabilities (Factor 1), followed by Cost Proposal (Factor 2), Past Performance (Factor 3), and Contract Documentation (Factor 4, pass/fail). Technical and Past Performance combined are more important than Cost. Award will be based on best value.

Contact Information

Primary Point of Contact: Abeer Ameer (abeer.j.ameer.civ@us.navy.mil, 301-275-4537). Secondary Point of Contact: Sam Keith (sam.a.keith.civ@us.navy.mil, 301-227-2357).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 14, 2026
Columbia Class Tailcone Follow-on | GovScope