Propulsor Duct Machining
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), through its Advanced Propulsor Management Office (APMO, Code 808), is soliciting proposals for Propulsor Duct Machining services. This acquisition supports the Research and Development (R&D), design, testing, acquisition, and delivery of United States Navy submarine propulsors. The resulting contract will be a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP). Proposals are due by April 23, 2026.
Scope of Work
This opportunity involves the machining of propulsor ducts and related components for submarine propulsion systems. Key aspects of the work include supporting the full lifecycle of propulsor management. Recent clarifications indicate the removal of pre-HYSHMA paint scope and Chemlok primer installation from the technical requirements. The contractor will also be responsible for handling, machining, and assembly of Columbia Class (CLB) and Virginia Class (VCS) Rotor Rings.
Contract Details
- Solicitation Number: N0016725R0005
- Contract Type: Combination Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP).
- Set-Aside: None specified.
- Product Service Code: 2010 (Ship And Boat Propulsion Components)
- Government Furnished Material (GFM): GFM casting will be available after contract award. Specific estimates include VCS GFM casting by February 26, 2026, and CLB GFM casting by April 27, 2026. The Aft casting is expected to weigh between 60,000 – 70,000 lbs.
- Key Deliverables (CDRLs): The contract requires numerous data deliverables, including a VCS Propulsor Duct Manufacturing Plan (A001), Inspection and Test Plan (A002), Packaging, Preservation, and Shipping Plan (A003) (in accordance with MIL-STD-2073-1E), Welding Procedures (A004) and Welding Procedure Qualification Test Reports (A005) (conforming to MIL-STD-278F, 1688, 1689), Conference Agenda (A006) and Minutes (A007), Weekly Status Reports (A008), a Project Planning Chart (A009) (in Microsoft Project format), Requests for Variance (A010) for the Virginia Class Configuration Control System, and Certification/Data Reports (A011) for data issued under prior contracts. These CDRLs specify submission timelines, formats, and strict distribution controls.
Important Notes
- Classified Information: Access and storage of classified information require a DD254 on file.
- Drawings & BOMs: Vendors must refer to provided drawings to identify required parts, as no Bill of Materials (BOMs) are supplied. Quotes should be submitted for V24551110 Rev C plus CCR 3889.
- Travel: A Contract Line Item Number (CLIN) for cost-only travel bids will be added.
- Supplier Independence: There are no established preferred suppliers for hardware, nor specific vendors required for assembly support.
Response Details
- Proposal Due Date: April 23, 2026, at 5:00 PM ET.
- Published Date: March 18, 2026.
- Primary Contact: Jonathan Mauro (jonathan.s.mauro.civ@us.navy.mil, 301-385-5415).
- Secondary Contact: Sam Keith (sam.a.keith.civ@us.navy.mil, 301-227-2357).