Virginia Class SSTG
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 Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is issuing a Request for Quote (RFQ) for a Firm Fixed Price contract to perform repairs on Ships Service Turbine Generators (SSTG) No. 1 and No. 2 onboard a Virginia Class Submarine. This RFQ is directed to Northrop Grumman Systems Corporation/Northrop Grumman Marine Systems under a sole-source justification (FAR 6.302-1), as a prior sources sought notice yielded no capable alternative responses. The work involves critical maintenance and hazardous waste management at JBPHH, HI. Responses are due by May 1, 2026.
Scope of Work
The Statement of Work (SOW) details two primary areas:
- Hazardous Waste Control: Manage and dispose of specified hazardous wastes (e.g., acid solutions, ethylene glycol, solvents, paints, oils) generated on Naval Vessels, adhering to federal and state regulations. The contractor must obtain necessary identification numbers and submit documentation. PHNSY & IMF and Ship's Force are responsible for the disposal of solid and liquid waste generated during contract execution.
- SSTG Repair: Provide OEM technical assistance for catcher bearing removal and reinstallation, disassemble, inspect, and repair turbine and generator components. This includes in-place machining, grinding, and performing SSTG Static and Dynamic Tuning, grooming, and testing. Personnel require specific training and must wear thermo-luminescent dosimeters during dynamic tuning. Various reports, including inspection results and a 'Certificate of Completion,' are required.
Contract & Timeline
- Type: Request for Quote (RFQ), Firm Fixed Price
- Set-Aside: None (Sole Source Justification)
- NAICS: 336611 Ship Building and Repair (Size Standard: 1,300 employees)
- PSC: J020 Maintenance, Repair, Rebuilding of Equipment-Ship and Marine Equipment
- Response Due: May 1, 2026, 7:00 PM EDT
- Published: February 25, 2026
Additional Notes
This solicitation is prepared in accordance with FAR Part 13 (Simplified Acquisition Procedures) and is being issued to Northrop Grumman Systems Corporation/Northrop Grumman Marine Systems under the authority of FAR 6.302-1 (Only One Responsible Source), supported by Class Deviation 2026-O0017 (DFARS PGI 206.103-170(d)). A previous sources sought notice (N32253-26-Q-0002) confirmed no other capable sources. The solicitation document is available upon request only; interested parties must email both primary and secondary points of contact listed in this posting to obtain it. All questions must be submitted in writing via email to the listed POCs. Offerors must acknowledge all solicitation amendments.