VCS Devices Piece Parts
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) is conducting market research via this Request for Information (RFI) to identify sources for the fabrication of nickel aluminum bronze (NAB) devices and piece parts for the Virginia-Class propulsor manufacturing program. This effort anticipates a five-year, single-award Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. Responses are due by February 6, 2026, 5:00 PM EST.
Purpose & Scope
NSWCCD seeks to understand industry capabilities, including those of large and small businesses, and standard practices for machining services. The primary objective is to procure manufacturing services for NAB canisters and other piece parts (e.g., body tubes, top caps, bottom caps, masses) for US Navy submarine propulsors. The RFI will inform the acquisition strategy and a determination regarding potential Small Business/Socioeconomic Set-Aside utilization. The anticipated NAICS code is 332721 "Precision Turned Product Manufacturing" (PSC 2010).
Anticipated Requirements
The Draft Statement of Work (SOW) outlines requirements for manufacturing these components, including:
- Furnishing all labor, equipment, and materials.
- Procuring materials in compliance with references (e.g., Nickel-Aluminum-Bronze per ASTM B150).
- Cleaning and packaging finished parts.
- Potential engineering services for design review, changes, and drawing creation.
- Adherence to detailed manufacturing drawings specifying dimensions, tolerances, and quality assurance.
- Implementation of a quality control program (ISO 9001:2015 or equivalent), First Article Inspection (FAI), Lot Acceptance, Certificates of Conformance (CoC), Certificates of Analysis (CoA), and lot traceability.
- Delivery schedules ranging from 90 to 270 days to Kittery, Maine, and Bethesda, Maryland.
Response Requirements
Interested parties must submit:
- Company name, website, physical address, Point of Contact, phone, email, CAGE, DUNS, and company size.
- A Capability Statement detailing technical capabilities and experience relevant to the SOW.
- Comments on the proposed delivery schedule or potential barriers.
- Feedback on the Government's determination that the items are "Commercial Items," with supporting documentation if agreeing, or a detailed explanation if disagreeing.
- Drawings are available to firms with an approved and valid DD Form 2345 (Joint Certification Program).
Submission Details
- Response Due: February 6, 2026, 5:00 PM EST.
- Submission Method: Electronically to Jordan Good (
jordan.s.good.civ@us.navy.mil) and Abeer Ameer (abeer.j.ameer.civ@us.navy.mil). - Important Note: This is a Sources Sought notice for market research only. It does not constitute a solicitation or commitment by the Government, nor will the Government pay for information submitted. No responses to questions or notification of results will be provided.