PD-42-0035; Propulsor Product Improvement Program
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) for a Propulsor Product Improvement Program (PIP). This market research seeks information on sole source commercial solutions for Maintainability and Availability (M&A) and Technical Data programs related to Bird-Johnson Controllable Pitch Propellers (CPP), Fixed Pitch Propellers (FPP), Waterjet Propulsors, and Propulsion Shafting systems used by the U.S. Navy. The anticipated contract type is Cost Plus Fixed Fee. Responses are due by 06:00 PM EST, February 20, 2026.
Scope of Work
The RFI is based on a Statement of Work (SOW) outlining requirements for non-personal engineering support and product improvement. Key activities include:
- Investigative Engineering: Conducting failure analysis, data analysis, modeling, and simulations for Bird-Johnson products, recommending hydrodynamic and fluid power improvements, and performing Non-Recurring Engineering (NRE).
- Analysis Support: Collecting and analyzing data from service reports, conducting failure analysis, testing components, and developing prototypes.
- Product Improvements: Designing, manufacturing, and testing new parts, providing engineering support for corrective actions, implementing Risk Management Framework (RMF) hardening, and developing improved maintenance procedures.
- Fleet and Depot Support: Offering technical support directly to U.S. Navy crafts and activities, including on-site investigations and in-service engineering.
- Logistics Support: Developing Integrated Logistic Support (ILS) documentation, including technical manuals and Allowance Parts Lists (APLs).
Submission Requirements
Respondents must provide capability statements, brochures, company information (NAICS, business size, socioeconomics, DUNS), details on current products, typical capabilities, and evidence of an authorized service provider agreement with BIRD-JOHNSON PROPELLER COMPANY, LLC. Submissions should not exceed ten pages and must be unclassified, electronic, and sent via email to jenny.e.tomeo.civ@us.navy.mil with "N64498-26-RFPREQ-PD-42-0035" in the subject line.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type: Cost Plus Fixed Fee
- Set-Aside: None specified (market research)
- Response Due: February 20, 2026, 06:00 PM EST
- Published: February 5, 2026
Additional Notes
This notice is for market research and planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for information received. Contractor personnel may require security clearances up to CONFIDENTIAL and a Quality Management System (QMS) in accordance with ASQ/ANSI/ISO 9001:2015 is required. Key personnel must be U.S. citizens with specific experience.