PD-1410-0219; Safety Engineer 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 Naval Surface Warfare Center, Philadelphia Division (NSWCPD), on behalf of the Naval Foundry Propeller Center (NFPC), is issuing a Sources Sought notice for Safety Engineer Services. The Government seeks information regarding the procurement of engineering services to support NFPC in achieving and maintaining ISO 9001 certification. This is for market research purposes only and does not constitute a Request for Proposal. Responses are due by February 2, 2026.
Scope of Work
The objective is to assist NFPC in developing, implementing, and sustaining an ISO 9001:2015-compliant Quality Management System (QMS) and preparing for third-party certification. Key services include:
- Developing, implementing, and sustaining an ISO 9001:2015-compliant QMS tailored to naval propulsion product manufacture and repair.
- Evaluating current processes and providing recommendations for ISO 9001 certification.
- Identifying and providing documentation for QMS maintenance.
- Conducting biannual internal audits and providing detailed reports for three years post-certification.
- Facilitating the scheduling and payment of the initial ISO 9001 certification audit (by June 2026) and any subsequent re-audits.
- Providing continuing support for QMS compliance after certification, including triennial re-certification.
- Performance standards include obtaining ISO 9001 certification by September 2026.
Contract & Timeline
- Type: Sources Sought (Anticipated Contract Type: Firm-Fixed-Price SAPCOM)
- Anticipated Period of Performance: One (1) year with two (2) additional option years.
- Anticipated RFP Issuance: April 2026.
- Place of Performance: Naval Foundry and Propeller Center, Philadelphia, PA.
- Product Service Code (PSC): R420 (Certifications And Accreditations)
- NAICS Code: 541990
- Response Due: February 2, 2026, 06:00 PM EST
- Published: January 16, 2026
Submission & Evaluation
Respondents must submit a Capability Statement (maximum 10 pages) via email to jenny.e.tomeo.civ@us.navy.mil. The subject line must be N64498-25-SIMACQ-PD-1410-0219. The Capability Statement should address:
- Ability to manage the tasking as a prime contractor.
- Technical ability (or approach) to perform at least 50% of the cost with own employees.
- Capacity (or approach) to conduct the requirements (considering magnitude, equipment, facilities, staff size).
- Demonstrated ability can include citing similar relevant performance. This notice is for market research to determine the availability of businesses, including HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested businesses must identify their small business socio-economic categories.
Additional Notes
This is for informational purposes only and does NOT constitute an RFP. The Government will NOT pay for any information received and will not compensate respondents for costs incurred. Contractor personnel must be U.S. citizens holding at least a current SECRET clearance or the ability to obtain one. All submissions become Government property.