VIRGINIA Class Propulsor Forward Subassembly Manufacture and Delivery
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), specifically the Advanced Propulsor Management Office (APMO), is announcing an upcoming sole-source procurement for the manufacture and delivery of VIRGINIA Class Propulsor Forward Subassemblies for FY26-FY27 boats. This action also includes the procurement of advanced propulsor hardware, equipment, materials, and engineering services. The contract is anticipated to be awarded to BAE Systems Land and Armaments L.P.
Scope of Work
This requirement covers the manufacture and delivery of VCS Forward Subassemblies for the FY26-FY27 VIRGINIA Class submarines. Additionally, it includes the procurement of advanced propulsor hardware, equipment, materials, and engineering-related services necessary for propulsors as required by the program.
Contract & Timeline
- Type: Combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP)
- Set-Aside: None (Sole-Source)
- Anticipated Solicitation Issue: February 2026
- Published: January 21, 2026
- Response Date (for this notice): January 28, 2026, 5:00 PM ET
Evaluation
This is a sole-source procurement under the authority of FAR 10 U.S.C. 3204(a)(1), with the award anticipated to go to BAE Systems Land and Armaments L.P.
Additional Notes
This notice is a presolicitation and not a request for proposal. The Government will not accept proposals submitted in response to this notice and will not reimburse for any provided proposals or responses. The place of performance is Louisville, KY.