OEM Propulsion Systems Parts and Services
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 has awarded a Firm-Fixed Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Contract (MAC) for OEM Propulsion Systems Parts and Services. This award, with a total program ceiling of $49,000,000.00, was made to Bird-Johnson Propeller Company, LLC. and Kongsberg Maritime, Inc. on an other than full and open competition basis. The contracts support long-standing, recurring requirements for various Military Sealift Command (MSC) class vessels.
Scope of Work
This contract covers support for Original Equipment Manufacturer (OEM) systems and parts from Bird-Johnson Propeller Company, LLC (BJPC) and Kongsberg Maritime, Inc. (KMI). Key systems include Controllable Pitch Propellers (CPP), Oil Distribution Boxes, Hydraulic Oil Power Modules (HOPM), Bow Thrusters, Gear Boxes, Steering Gear systems, and Control Systems. Services encompass routine, periodic, and annual service, equipment grooms, corrective maintenance, shop work, SMART Inspections, Service Equipment Casualties, new and overhauled parts supply, training, upgrade, and sustainment. These services are for MSC class vessels such as T-AKE, T-AO, T-AKR, T-ESB, and T-ESD.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Contract (MAC).
- Awardees: Bird-Johnson Propeller Company, LLC. (N3220526D1001) and Kongsberg Maritime, Inc. (N3220526D1002).
- Total Program Ceiling: $49,000,000.00.
- Period of Performance: Anticipated five (5) year ordering period, commencing in Fiscal Year (FY) 26, with an optional six (6) month extension.
- Funding: Initial minimum funding at award with annual United States Operations and Maintenance, Navy (O&MN) FY26 General Funds (GF). Task orders will be funded with appropriate FY annual O&MN GF.
- Place of Performance: Norfolk, VA, United States.
Justification for Award
The contract was awarded on an other than full and open competition basis due to the proprietary rights and unique capabilities of BJPC and KMI. Market research indicated that these are the only known sources with access to proprietary rights for updated repair procedures and maintenance for their respective OEM systems. Awarding to any other source would result in substantial duplication of cost to the Government. BJPC is sole-sourced for specific CPP and Tunnel Thruster classes, and KMI is sole-sourced for other Tunnel Thruster, Azimuth Thruster, and Steering Gear classes. Both companies will have fair opportunity for the T-AO 205 Class CPP system.
Point of Contact
For inquiries, contact Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or 564-230-3741.