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) has issued a Special Notice (Synopsis) to gather comments, recommendations, and questions on draft documents for a future Total Small Business Set-Aside contract. This upcoming contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) for the fabrication of Nickel Aluminum Bronze (NAB) devices (piece parts) for United States Navy submarine propulsors. The Government plans to release the formal Request for Proposal (RFP) by end of July 2026, with an award anticipated in January 2027. Responses to this synopsis are due by May 26, 2026.
Opportunity Details
The Advanced Propulsor Management Office (APMO) (Code 808) requires the fabrication of NAB devices in multiple configurations, categorized as "Regular" and "Large" based on referenced drawings. This will be awarded as a Commercial Buy under FAR Part 15 due to the inclusion of Engineering Services.
Scope of Work (Anticipated for Future RFP)
The future contract will require the contractor to:
- Manufacture piece parts for VCS Devices, including Regular and Large categories, furnishing all labor, equipment, and materials.
- Machine body tubes, top caps, bottom caps, and masses according to delivery orders.
- Procure all necessary materials in compliance with applicable references, maintaining lot traceability.
- Package finished parts according to preservation and packaging notes, ensuring proper cleaning.
- Perform engineering services for design review, design change incorporation, and drawing creation as required by Technical Instructions.
- Adhere to stringent quality control, including ISO 9001:2015 compliance, First Article Acceptance/Inspection (CDRL A001), Lot Acceptance, and provide Certificates of Conformance (CDRL A003) and Analysis.
- Provide bi-weekly progress reports (CDRL A004), including DMSMS (CDRL A006) and Long Lead Items (CDRL A007) statuses, and maintain a Configuration Control Program (CDRL A005).
- Deliveries will be to Kittery, Maine, and Bethesda, Maryland, with timelines varying based on quantity (e.g., 90 days for 1-200 units).
Future Contract & Timeline
- Type: Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF).
- Ordering Period: Five years after contract award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Planned RFP Release: End of July 2026.
- Planned Award: January 2027 (estimated January 13, 2027).
Response Requirements (for this Synopsis)
Interested offerors must:
- Demonstrate the capability to meet the requirements and schedule.
- Inform the Government if barriers exist that would prevent them from proposing. Responses are limited to ten pages. No Government response will be provided to questions/comments, and respondents will not be notified of synopsis results.
Evaluation (Anticipated for Future RFP)
Proposals for the future RFP will be evaluated using a best value tradeoff process, considering:
- Technical (Capabilities, Schedule, Management) - Most important.
- Past Performance - Second most important.
- Cost Proposal.
- Contract Documentation. The Government may award without discussions but reserves the right to conduct them. Proposals must be submitted electronically via the PIEE Solicitation Module and adhere to strict formatting.
Additional Notes
Work is Unclassified, and drawings are Distribution C. Offerors should identify potential Organizational or Personal Conflicts of Interest (OCI). Primary Contact: Jordan Good (jordan.s.good@navy.mil, 3013185869). Secondary Contact: Abeer Ameer (abeer.j.ameer.civ@us.navy.mil, 3012754537).