Search Contract Opportunities

LCS2 Class Waterjet and Impeller Shaft Assembly Repairs

ID: N64498-25-R-0009 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

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.

Overview

Response Deadline
Aug. 15, 2025, 12:00 p.m. EDT Past Due
Posted
July 30, 2025, 10:26 a.m. EDT
Set Aside
None
Place of Performance
Philadelphia, PA 19112 United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
54%
Vehicle Type
Indefinite Delivery Contract
On 7/30/25 NSWC Philadelphia Division issued Presolicitation N64498-25-R-0009 for LCS2 Class Waterjet and Impeller Shaft Assembly Repairs due 8/15/25. The opportunity was issued full & open with NAICS 811310 and PSC J030.
Primary Contact
Name
Allen Chai   Profile
Phone
(445) 233-6452

Documents

Posted documents for Presolicitation N64498-25-R-0009

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Presolicitation N64498-25-R-0009

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N64498-25-R-0009

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N64498-25-R-0009

Experts for LCS2 Class Waterjet and Impeller Shaft Assembly Repairs

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC PHILADELPHIA DIV
FPDS Organization Code
1700-N64498
Source Organization Code
500020522
Last Updated
July 30, 2025
Last Updated By
allen.w.chai.civ@us.navy.mil
Archive Date
July 30, 2025