Fabrication of Stern Tube and Propeller Sleeves
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 (NAVSUP FLT LOG CTR PUGET SOUND) is soliciting quotations for the fabrication of stern tube and propeller sleeves. This is a Total Small Business Set-Aside opportunity, with a Firm Fixed-Price contract anticipated. The requirement is for one each of five different propeller and stern tube sleeves, to be delivered to Yokosuka, Japan. Quotes are due by 1:00 PM PDT on April 15, 2026.
Scope of Work
This solicitation (N0040626Q0052) requires the fabrication of a total of one each of five different Propeller and Stern Tube sleeves, as detailed in the Performance Work Statement (PWS) and referenced documents (NSI FY25 NAVSEA Standard Items, LI FY25 Local Standard Items, TGI 3819P24302A02). The contractor will also be responsible for crating and shipping fabricated items, providing DoD unique identification, and submitting a completion report with the invoice. Packaging and marking must comply with ASTM-D-3951 and MIL-DTL-2845.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 336611 (Shipbuilding and Repairing), Size Standard: 1,300 employees
- Anticipated Award Date: April/May 2026
- Requested Delivery: September 14, 2026, to Yokosuka, Japan
- Quote Submission Deadline: April 15, 2026, 1:00 PM PDT
- Questions Deadline: One day prior to the solicitation's closing date
Evaluation
Award will be made to the responsible offeror whose quote represents the best value to the Government, considering price, delivery, technical acceptability, and past performance, in no particular order.
Important Notes
- Amendment 00001 added two small business clauses: FAR 52.219-6 (Notice of Total Small Business Set-Aside) and 52.219-33 (Nonmanufacturer Rule).
- Drawings, references, and TGIs will not be furnished directly. Quoters must be listed on the Joint Certification Program (JCP) website and request these by providing their CAGE code and DD-2345 to the acquisition point of contact.
- All quoters MUST note any exceptions to the solicitation's terms, conditions, specifications, or statement of work. Quotes without noted exceptions will be assumed to take no exceptions.
- Payment requests and receiving reports must be submitted electronically via the Wide Area WorkFlow (WAWF) system.
Point of Contact
Homer Shoup (homer.o.shoup.civ@us.navy.mil)