PD-42-0005; Engineering, Technical, Repair, and Program Management Support
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) is issuing a Request for Information (RFI) to gather data on potential sources for engineering, technical, repair, and program management support services. This market research aims to identify non-commercial service solutions for Hull, Mechanical and Electrical (HM&E) Systems. The primary place of performance is Philadelphia, PA, with other CONUS/OCONUS locations. Responses are due by April 21, 2026.
Scope of Work
The RFI seeks information on capabilities to provide a wide range of engineering and technical support services. Key areas include:
- Ship Design and Acquisition Support: Developing and reviewing specifications, drawings, and contract deliverables for new acquisition and modernization programs, including human factors assessments.
- In-Service Engineering Support: Providing engineering support for propulsion systems on U.S. Navy Vessels.
- Modeling and Simulation Support: Performing computational engineering analysis (e.g., finite element modeling, CFD) and 2D/3D modeling for machinery systems.
- Machinery Systems Engineering Support: Supporting the design, installation, testing, operation, and maintenance of various propulsion and power generation systems, including root cause failure analysis and integrated control systems.
- Ashore and Afloat Test Engineering Support: Developing test procedures, performing trend analysis, engineering calculations, and specialized Test & Evaluation (T&E) support.
- Field Engineering Support: Providing engineering assessments, machinery system grooms, maintenance, troubleshooting, and repair for afloat and ashore systems.
- Logistics and Training Support: Developing Integrated Logistics Support Packages (ILSPs), technical manuals, training products, and managing material procurements.
- Project Management/Program Support: Developing project schedules, technical presentations, program documentation, and risk management plans. Specific Navy engineering and business knowledge areas include combustion air systems, small gas turbine engine systems, new acquisition and in-service gas turbine engineering, machinery system arrangements, and support for various test facilities and committees.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified.
- Response Due: April 21, 2026, 06:00 PM EST
- Published: April 3, 2026
Submission Requirements
Respondents must provide capability statements with specific information regarding their ability to provide the required services. Submissions should include:
- Company name, address, phone, primary contact(s), email.
- ALL applicable NAICS code(s).
- Business size and company's socioeconomics.
- DUNS Number.
- Details on current services that can meet the full Scope of Work and Specific Task Requirements. Responses must be unclassified, electronic, and submitted via email to jenny.e.tomeo.civ@us.navy.mil. The subject line must be N64498-26-RFPREQ-PD-42-0005.
Special Requirements & Notes
This is a non-personal services requirement. Contractors will need a SECRET facility clearance (FCL) within 45 days of award and personnel require appropriate security clearances. Controlled Unclassified Information (CUI) must be safeguarded per NIST SP-800-171 and DoDI 5200.48. Contractors must utilize the NAVSEA Enterprise Commonality Virtual Shelf (VS) for equipment/component selection. This notice is for market research purposes only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received.