Sole Source to Bell-Textron Inc. for Repairing and Updating Blades per attachments
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, Panama City Division (NSWC PCD) is seeking to award a Firm Fixed-Price (FFP) purchase order for the repair and updating of LCAC100 class Propeller Blade & Bearing Units. This acquisition is justified as a sole source to Bell-Textron, Inc., the original equipment manufacturer (OEM). However, all quotes submitted by the close date will be reviewed.
Scope of Work
This opportunity involves critical maintenance and updates for LCAC100 class hovercraft components:
- Inspect and match balance 4 Propeller Blade & Bearing Units (Part Number: 8879898-001).
- Inspect and match balance 6 Propeller Blade & Bearing Units (Part Number: 8879898-002).
- Inspect and depot repair 10 Propeller Blade & Bearing Units (Part Number: 8879898-003).
- Develop and procure 1 Non-slip Erosion Coating Kit (Part Number: TBD).
These modifications are essential for the Initial Outfitting Test & Evaluation (IOT&E) deployment of LCAC100 class hovercraft.
Sole Source Justification
Bell-Textron, Inc. (CAGE: 692G5) has been identified as the only qualified vendor capable of providing these units due to their status as the OEM. They will also serve as the official Naval Supply (NAVSUP) Depot Overhaul Point (DOP) for these units. Market research was not conducted as substituting another vendor is deemed impracticable.
Contract Details & Submission
- Contract Type: Firm Fixed-Price (FFP) purchase order.
- Acquisition Procedures: Simplified acquisition procedures will be used.
- Set-Aside: None (sole source justification).
- Place of Performance: Panama City Beach, FL.
- Submission Requirements: While justified as sole source, interested parties may submit quotes for review. Submissions must include a Capabilities Statement, Proof of past performance for similar work, and CAGE code.
Evaluation
Quotes will be reviewed, with evaluation factors for commercial items emphasizing best value considering price, delivery, quality, and past performance.
Timeline
- Published Date: May 12, 2026
- Response Due Date: May 15, 2026, 4:00 PM ET
Contact Information
- Primary: Kaitlin Summerville (kaitlin.h.summerville.civ@us.navy.mil)
- Secondary: Jamell L. Kilgore (jamell.l.kilgore.civ@us.navy.mil)