2010- Repair of Virginia Class Propulsor Rotor Assembly
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 Department of the Navy's NAVSUP Weapon Systems Support (WSS), Mechanicsburg, PA, has issued a Solicitation (RFQ N0010426QZ056) seeking Firm Fixed Price (FFP) quotes for the repair of a Virginia Class Propulsor Rotor Assembly (NSN 2S 2010-01-519-6914, Serial Number 29872). This opportunity is for a qualified contractor to evaluate, repair, and/or modify the specified rotor. A DD 254 Facility clearance and Cybersecurity Maturity Model Certification (CMMC) Level Requirements compliance are mandated. Quotes are due by May 25, 2026.
Scope of Work
The contractor will be responsible for the evaluation, repair, and/or modification of the VA Class Propulsor Rotors. Key requirements include:
- Adherence to the Technical Data Package Version 014 and the Repair Statement of Work (SOW) SSN 774 Class Rotor Repair.
- Compliance with DoD unique identification standards.
- Strict adherence to MIL-STD-2073-1 and MIL-STD-129 for packaging and marking, including specific requirements for domestic, overseas, hazardous materials, and reusable containers.
- Maintaining the total equipment baseline configuration and managing Class I/II Engineering Change Proposals and Critical/Major/Minor Variances.
- Submission of Material Safety Data Sheets for any hazardous materials.
- Extensive data deliverables as specified in multiple Contract Data Requirements Lists (CDRLs), including:
- A004: Request for Departure from Specifications (for unrepairable/out-of-tolerance conditions).
- A005: Equipment Damage and Refurbishment Report - Visual Preservation Inspection.
- A006: Equipment Damage and Refurbishment Report - Visual Technical Inspection.
- A007: Equipment Damage and Refurbishment Report - Dimensional Inspection.
- A008: Certification Data Report (including eyebolt certification).
- A009: Repair Proposal (due 30 days post-inspection, with cost estimates per FAR 15.4).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: One year from the date of the order.
- Delivery: Expected 15 months from the date of award for item 0001AA.
- Set-Aside: This is not a small business set-aside.
- Response Due: May 25, 2026.
- Published Date: April 27, 2026.
Submission & Evaluation
Quotes must be submitted via email to jeffrey.a.dietrich5.civ@us.navy.mil with the subject line "N0010426QZ056". The government will evaluate proposals with past performance considered more important than price. Other information, including data from the DoD Supplier Performance Risk System (SPRS), will also be considered. The resultant order will be issued pursuant to Emergency Acquisition Flexibilities (EAF).