LPD Class Ship MPDE Clutch Assembly LLTM
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, specifically the SOUTHWEST REGIONAL MAINT CENTER (SWRMC), is issuing a combined synopsis/solicitation (Request for Quotation N5523626Q0052) for Original Equipment Manufacturer (OEM) long lead-time replacement parts. These parts are required for the Main Propulsion Diesel Engine (MPDE) Dual Clutch Assembly maintenance on the USS PORTLAND (LPD-27). This acquisition is being conducted on an unrestricted basis as a sole-source procurement. Quotations are due by March 30, 2026, 11:00 AM Pacific Time.
Scope of Work
This requirement is for the procurement and delivery of specific OEM long lead-time material (LLTM) to support the USS PORTLAND's fiscal year 27 Selected Restricted Availability (SRA). The LLTM is essential for Work Items 242-11-001 and 242-12-001, which involve the inspection and overhaul of the Number 1A, 1B, 2A, and 2B Main Propulsion Diesel Engine Dual Clutch Assemblies.
The "PRODUCT DESCRIPTION" document (26Q0052_PD.pdf) details the itemized parts list, including Spherical Bearings, Oil Seals, Bearing Pins, Retainer Bolts, Spacers, and Seals, all from Philadelphia Gear Corp. Many of these items are designated as "Critical Material." The required delivery date for these materials is November 10, 2026, to SWRMC MACMO Shipping/Receiving at US Naval Station, National City, CA.
Contract & Timeline
- Solicitation Number: N5523626Q0052
- Type: Request for Quotation (RFQ) / Combined Synopsis/Solicitation (FAR Part 12)
- Set-Aside: Unrestricted, Sole-Source Procurement
- Questions Due: March 26, 2026, 11:00 AM Pacific Time
- Quotations Due: March 30, 2026, 11:00 AM Pacific Time
- Published Date: March 24, 2026
- Place of Performance: San Diego, CA (for delivery)
Evaluation Factors
Award will be made to the responsible Offeror whose quotation is most advantageous to the Government based on a Lowest Price Technically Acceptable (LPTA) evaluation. The following factors will be considered:
- Technical Acceptability: Quotations will be evaluated to verify that the quoted parts meet salient characteristics and OEM requirements identified in the Product Description and CLIN schedule. Offerors must clearly demonstrate the ability to provide the specified OEM LLTM.
- Delivery Schedule: Evaluation will assess the Offeror's proposed lead times and delivery schedule to ensure material can be delivered on or before the Required Delivery Date (RDD) of November 10, 2026.
- Price: The total evaluated price for all CLINs, including transportation costs, will be analyzed for reasonableness.
Submission Instructions
Offers must include the solicitation number, Offeror's name, address, phone, Unique Entity Identifier (UEI), information necessary for evaluation factors, responses to provisions requiring completion, and a statement of agreement with all terms. The Government intends to award without discussions, so initial offers should contain the best terms. All correspondence and quotations must be submitted electronically via email to Samantha Toles (samantha.l.toles.civ@us.navy.mil), Dayen Lagunas (dayen.lagunas.civ@us.navy.mil), and Suzanne Shin (suzanne.j.shin.civ@us.navy.mil). Written requests for clarification must be received by March 26, 2026, 11:00 AM PT, referencing the solicitation number. An RFI form (26Q0052_RFC.docx) is provided for inquiries.