Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2025 SAM #8649
SOLICITATION NOTICE

J -- LCS2 Class Waterjet and Impeller Shaft Assembly Repairs

Notice Date
7/30/2025 7:48:04 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-25-R-0537
 
Response Due
8/15/2025 9:00:00 AM
 
Archive Date
08/30/2025
 
Point of Contact
Allen Chai, Phone: 4452336452
 
E-Mail Address
allen.w.chai.civ@us.navy.mil
(allen.w.chai.civ@us.navy.mil)
 
Description
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to solicit for the repair of LCS2 Class Waterjet and Impeller Shaft assemblies on behalf of the NAVSEA05Z 2SCOG Program. In order to sustain U.S. Navy fleet requirements, LCS-6AF 1720 Waterjet Assembly, LCS-6AF 1500 Waterjet Assembly, LCS-6AF 1720 Impeller Shaft Assembly, LCS-6AF 1500 Impeller Shaft Assembly, LCS-28AF 1720 Waterjet Assembly, LCS-28AF 1500 Waterjet Assembly, LCS-28AF 1720 Impeller Shaft Assembly, LCS-28AF 1500 Impeller Shaft Assembly must be repaired to ensure that the 2SCOG program does not �stock out� of available ready-for-issue (RFI) assets that are essential to the propulsion of LCS ship classes. This solicitation is expected to result in a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract on a sole source basis to Defense Maritime Solutions (DMS). The ordering period is anticipated to be sixty (60) months. The period of performance is anticipated to be seventy-two (72) months with an estimated total maximum quantity of 112 Waterjet and Shaft assemblies to undergo teardown, test and evaluation, and subsequent repair and overhaul throughout the Contract term. DMS, as the OEM, is the sole developer, designer, and fabricator of the equipment to be repaired under this contract. As such, DMS is the only contractor with the background, technical knowledge and expertise, design familiarity, facilities, and access to proprietary information and processes necessary to comply with the requirements of this contract. As a result, DMS is the only contractor qualified to perform the efforts associated with the Statement of Work under this requirement. This procurement action is being conducted in accordance with FAR Part 15. Furthermore, this procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C.2304(c)(1), as implemented by FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals and does not constitute a solicitation. However, all information received prior to the closing date will be considered by the Government. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP along with any amendments will be posted to the Sam.Gov website at https://sam.gov. All interested parties may download the solicitation and any amendments through https://sam.gov. Electronic proposal submissions will be submitted through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (PSM). System for Award Management (SAM.gov) will be required for electronic proposal submissions. Information about PIEE PSM is located at https://piee.eb.mil. Offerors must request access to the controlled attachments via SAM.gov. The Contracting Officer will review JCP and allow access to controlled documents by Cage Code if requesting vendor is properly registered in JCP. The controlled documents will be located in PSM; therefore, the Offeror will need to obtain the controlled documents through PSM. The Request for Proposal (RFP) for this acquisition will be N64498-25-R- 0009. All questions regarding this post should be must be submitted in writing to Allen Chai at allen.w.chai.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ead008e646de43ba9c90e19f0fd2792e/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN07529893-F 20250801/250730230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.