SUB-SAFE/LEVEL-I “PROPELLER SHAFT FORWARD” SLEEVE
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 Defense Logistics Agency (DLA) Maritime Norfolk is soliciting proposals for a Firm Fixed Price contract to procure SUB-SAFE/LEVEL-I Propeller Shaft Forward Sleeves and Propeller Shaft Grounding Devices. These items are critical SPECIAL EMPHASIS (Level I) materials requiring stringent quality control and are designated for the Norfolk Naval Shipyard. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The requirement includes two Contract Line Items (CLINs):
- CLIN 0001: Propeller Shaft Forward Sleeve (Level 1): Requires a centrifugal casting, machined to specific dimensions (78.500” L x 26.300” OD x 23.925” ID), stress-relieved, and compliant with EB Spec 3163D / MIL-C-24615A Grade B. Extensive testing (metallographic, weldability, radiographic inspection, hydrostatic) and test samples are required.
- CLIN 0002: Propeller Shaft Grounding Device: Requires a centrifugal casting of NICKEL-COPPER ALLOY per MIL-C-24723, machined to specified dimensions (18" X 26.50" OD X 23.925" ID), and stress-relieved. First article inspection, radiographic inspection, and hydrostatic testing are mandated.
Both items require DoD unique identification and must comply with ASTM D-3951 for preservation, packaging, and marking. Shipments over 40 lbs must be palletized.
Contract & Timeline
- Solicitation Number: SPMYM126Q4032
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business
- Solicitation Issued: March 18, 2026
- Questions Due: March 25, 2026, 12:00 PM EST
- Offers Due: March 27, 2026, 12:00 AM EST
- Delivery Requested By: June 30, 2026
- Place of Performance (Inspection/Acceptance): Norfolk Naval Shipyard, Portsmouth, VA 23709
Eligibility & Submission
- Eligibility: Strictly limited to Level 1 certified vendors. Submissions from uncertified sources will not be reviewed. Offerors must be registered in SAM.gov.
- Submission: Quotes must be emailed to ginger.beasley@dla.mil. The solicitation number (SPMYM126Q4032) must be included in the email subject line.
- Evaluation: Offers will be evaluated based on technical capability, price, and Supplier Performance Risk System (SPRS) and Federal Awardee Performance and Integrity Information System (FAPPIS) reviews. Technical capability and price are primary factors.
Additional Notes
The solicitation incorporates provisions and clauses through FAC 2024-01 and DFARS Change Notice 01/22/2024. Access to Norfolk Naval Shipyard requires DBIDS credentials. Prohibited materials include those from NUFLO, Inc. and Synergy Flow Systems. An extensive Technical Data Package (TDP) is available.