Search Contract Opportunities

US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services   3

ID: N64498-24-RFPREQ-PD-42-0053 • Type: Presolicitation

Description

Synopsis for PID #: N64498-24-RFPREQ-PD-42-0053
US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services

Scope The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking issuing a synopsis that it seeks to solicit on a sole source basis to Fairbanks Morse, LLC, operating as Fairbanks Morse Defense (FMD) to provide

US Navy Submarine EDG OEM services to perform damage assessment and failure analysis efforts, develop repair specifications based on failure analysis and damage assessment efforts, and provide emergent technical support on US Navy Submarine EDG diesel engines and support systems. This support is applicable to the following ship classes:

  • SSBN/SSGN 726 Class EDG 720 RPM, 1200/1300 eKW
  • SSN 688 Class EDG 720 RPM, 800/850 eKW
  • SSN 21 Class EDG 900 RPM, 1000/1065 eKW

The support required will involve technical, logistics, training, administrative and program management efforts related to diesel engine lifecycle and in-service concerns. The contractor shall provide all services, personnel, facilities, expertise, supplies and parts/materials necessary to effectively execute the tasks listed herein.

It is anticipated that five (5) man-years of technical support will be needed for each year of this Five-Year contract. The total for all five years is 25 man-years.
Incumbent This work is currently being performed under contract N64498-21-D-4005 by:
Fairbanks Morse, LLC.
701 White Ave.
Beloit, WI 53511-5447
Contract Type An Indefinite-Delivery, Indefinite-Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract is anticipated.
Period of Performance The performance period will span five years. Performance is anticipated to begin around 17 June 2025.
Personnel Security Clearance All personnel performing under this order shall possess a CONFIDENTIAL level security clearance. Interim clearances are acceptable.
Facility Requirements Location security clearance.

This sources sought notification is being issued for the purpose of identifying additional large businesses and small businesses with the required expertise that might be interested in responding to a formal solicitation. Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement. Capability Statements must include the following:
(1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached draft Statement of Work (SOW),
(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,
(3) Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement;
(4) A summary of previous corporate experience relevant to the SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;
(5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the anticipated contract award date;
(6) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor.
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 5:00pm EST on 07 March 2024 by e-mail to derek.w.diep.civ@us.navy.mil.

Overview

Response Deadline
March 7, 2025, 5:00 p.m. EST Past Due
Posted
Feb. 7, 2025, 3:23 p.m. EST
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Sole Source
Est. Value Range
$1,200 - $1,300 (value based on agency estimated range)
Odds of Award
54%
Vehicle Type
Indefinite Delivery Contract
On 2/7/25 NSWC Philadelphia Division issued Presolicitation N64498-24-RFPREQ-PD-42-0053 for US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services due 3/7/25. The opportunity was issued full & open with NAICS 541330 and PSC R425.
Primary Contact
Name
Derek W. Diep   Profile
Phone
None

Secondary Contact

Name
Francis J. Brady   Profile
Phone
None

Documents

Posted documents for Presolicitation N64498-24-RFPREQ-PD-42-0053

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N64498-24-RFPREQ-PD-42-0053

Incumbent or Similar Awards

Contracts Similar to Presolicitation N64498-24-RFPREQ-PD-42-0053

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N64498-24-RFPREQ-PD-42-0053

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N64498-24-RFPREQ-PD-42-0053

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
March 23, 2025
Last Updated By
derek.w.diep.civ@us.navy.mil
Archive Date
March 22, 2025