Propulsor Duct Machining
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, Carderock Division (NSWCCD), through its Advanced Propulsor Management Office (APMO, Code 808), is soliciting proposals for Propulsor Duct Machining. This acquisition supports the Research and Development (R&D), design, testing, acquisition, and delivery of United States Navy submarine propulsors. The resultant contract will be a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP). Proposals are due May 7, 2026.
Scope of Work
This solicitation covers the machining of propulsor ducts, specifically for Columbia Class (CLB) and Virginia Class (VCS) submarine propulsors. The work involves precision machining in accordance with detailed drawings and specifications. Recent clarifications indicate the removal of pre-HYSHMA paint scope for COLUMBIA AOS and Chemlok primer installation from the scope. The Aft casting is substantial, weighing between 60,000 – 70,000 lbs as shipped.
Contract Details
- Opportunity Type: Solicitation (N0016725R0005)
- Contract Type: Combination CPFF and FFP
- Set-Aside: None
- Product Service Code: 2010 (Ship And Boat Propulsion Components)
- Issuing Office: NSWC CARDEROCK, DEPT OF THE NAVY
Key Requirements & Deliverables (CDRLs)
The contract includes extensive data requirements, such as:
- A001 VCS Propulsor Duct Manufacturing Plan: Preliminary draft required, with government review.
- A002 Inspection and Test Plan: Draft due 30 days after contract award (DACA), subject to government approval.
- A003 Packaging, Preservation, and Shipping Plan: Must conform to MIL-STD-2073-1E.
- A004 Welding Procedures & A005 Welding Procedure Qualification Test Report: Must conform to MIL-STD-278F, 1688, 1689, with specific submission timelines for drafts and finals.
- A006 Conference Agenda & A007 Conference Minutes: Required for meetings, with specific submission timelines.
- A008 Weekly Status Report: Detailed reports on progress, status, and management, including micro-task level dates.
- A009 Project Planning Chart: Monthly submission in Microsoft Project format.
- A010 Request for Variance (VACCS): For authorizing alternate configurations of non-conforming material.
- A011 Submission of Data Issued Under Prior Contract: Requires Objective Quality Evidence (OQE). Many of these deliverables are subject to Distribution Statement D, indicating critical technology and export restrictions.
Updates & Clarifications
- Amendment 1 addressed attachment references, provided/updated numerous drawings, and clarified scope changes.
- Q&A responses confirmed that Government Furnished Material (GFM) casting will be available after contract award, with initial VCS GFM estimated Feb 26, 2026, and CLB GFM estimated April 27, 2026. A CLIN for cost-only travel bids will be added.
- Recent Process Engineering Reports (PERs) indicate ongoing updates to drawings and material specifications for various components, including Aft Outer Structure (AOS) and set screws.
Timeline
- Published Date: April 1, 2026
- Response Date: May 7, 2026
Contact Information
- Primary: Jonathan Mauro (jonathan.s.mauro.civ@us.navy.mil, 301-385-5415)
- Secondary: Sam Keith (sam.a.keith.civ@us.navy.mil, 301-227-2357)