Dyno Inspection Services
ID: M6700425Q0025Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERALBANY, GA, 31704-0313, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

QUALITY CONTROL- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H149)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking inspection services for the MTU 20V4000M93L control system and Power Test Dynamometer PowerNet control system at the Marine Depot Maintenance Command (MDMC) Production Plant in Barstow, California. The procurement will be conducted as a sole-source solicitation under FAR Part 13 due to the urgent need for compliance with stringent technical specifications, which necessitates collaboration with certified Rolls Royce/MTU distributors. These inspection services are critical for evaluating retrofit capabilities and enhancing production efficiency, ensuring operational continuity. Interested vendors should contact Javier Lagunas at javier.lagunas@usmc.mil or call 229-639-8143 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines a determination for a procurement action under FAR Part 13, indicating that only one source is reasonably available for inspection services related to the MTU 20V4000M93L control system and Power Test Dynamometer PowerNet control system at the Marine Depot Maintenance Command (MDMC) Production Plant Barstow. This action falls under the simplified acquisition threshold, thus allowing for a sole-source solicitation due to urgency and specific requirements that necessitate services from certified Rolls Royce/MTU distributors. The document states that although multiple vendors could potentially provide services, compliance with stringent technical specifications mandates collaboration with authorized distributors to ensure service fulfillment. The required inspection aims to evaluate retrofit capabilities, thereby enhancing production efficiency. Additionally, the memorandum includes certifications by technical staff and the contracting officer affirming the accuracy of the justification for limited competition in this procurement scenario, highlighting the urgent need for timely service delivery to avoid operational disruptions. Overall, the document seeks to justify the sole-source procurement based on regulatory guidelines and immediate organizational needs.
    Lifecycle
    Title
    Type
    Dyno Inspection Services
    Currently viewing
    Special Notice
    Similar Opportunities
    USS SOMERSET (LPD-25) MPDE Direct Replacement Parts
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to award a Sole Source contract to Fairbanks Morse Defense for the procurement of direct replacement parts for the USS SOMERSET (LPD-25). The objective of this procurement is to obtain parts necessary to overhaul two main propulsion diesel engines (MPDE) in support of the FY-25 Dry Docking Selected Restricted Availability. These parts must match the original specifications in material and functionality, ensuring compatibility with existing equipment, as Fairbanks Morse Defense is the Original Equipment Manufacturer (OEM) with no authorized distributors. Interested vendors are invited to submit documentation of their capability to provide these parts within 15 days of this notice, with all communications directed to Cindy Wong at cindy.p.wong2.civ@us.navy.mil or Mira Maje Brown at miramaje.c.brown.civ@us.navy.mil.
    FMS - Main Fuel Control - in repair/modification of
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the repair and modification of the FMS Main Fuel Control. This limited competitive requirement mandates that the awarded contractor must be a certified repair depot in accordance with the NAVSEA DSOR approval process, ensuring that only qualified entities can participate in the procurement. The goods and services sought are critical for maintaining operational readiness and reliability of naval fuel control systems. Interested parties should direct inquiries to Tyler Curfman at tyler.curfman@navy.mil or via facsimile at 717-605-7317, as the award process will not be delayed for uncertified sources seeking certification.
    6125 - Repair of qty 2, 70 kW Motor Generator Set
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source vendor for the repair of two 70 kW Motor Generator Sets, essential components for the TRIDENT Planned Equipment Replacement Program supporting Ohio Class submarines. This procurement involves refurbishment and repair services that will be negotiated under FAR Part 15, as the necessary data for competitive acquisition is not available. The solicitation, identified as N00104-25-R-F007, is expected to be released electronically approximately 15 days from this notice, with a DPAS rating of DX. Interested parties can contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further information.
    66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure two units of a Motional Transducer (NSN 7H-6695-015356450) for repair and modification purposes. The procurement is limited to a single source due to the government's determination that it is uneconomical to acquire the data or rights necessary for competitive bidding, thereby necessitating a non-competitive solicitation under FAR 6.302-1. This equipment is critical for various defense applications, and the delivery is required at DLA Distribution San Diego, California. Interested parties must express their interest and capability within 45 days of this notice, and all inquiries should be directed to Kelsey Gring at Kelsey.Gring@navy.mil or by phone at (717) 605-1089.
    6125 - Repair of qty 2, 10 kW Motor Generator Set
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source vendor for the repair of two 10 kW Motor Generator Sets, essential components for the TRIDENT Planned Equipment Replacement Program supporting Ohio Class submarines. This procurement is classified under NAICS code 335312 for Motor and Generator Manufacturing, and the repair will be conducted in accordance with FAR Part 15, Contracting by Negotiation, due to the unavailability of competitive data and specifications. The solicitation number N00104-25-R-F008 is expected to be released approximately 15 days from this notice, and interested parties can direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL. The contract action is designated with a DPAS rating of DX, indicating its critical nature.
    MPAC Medium Pressure Air Compressor maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting maintenance services for the Medium Pressure Air Compressor (MPAC) system at the Shore Intermediate Maintenance Activity in Sasebo, Japan. This procurement is a sole source requirement, exclusively available to certified distributors and authorized service technicians from Sauer Compressors USA, emphasizing the need for specialized expertise in maintaining critical military equipment. The contract will be a firm, fixed-price agreement, with evaluations based on technical acceptability, past performance, and price competitiveness, ensuring compliance with safety and environmental regulations. Interested parties can contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, with the solicitation posted on January 23, 2025.
    GOVERNOR,DIESEL ENG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of repair services for the Governor, Diesel Engine. This opportunity involves the repair of engine fuel system components, with a focus on achieving a Repair Turnaround Time (RTAT) of 70 days and compliance with Government Source Inspection (GSI) requirements. The successful contractor will be responsible for ensuring that all repairs meet the operational and functional standards as outlined in the contract, with potential penalties for delays beyond the specified RTAT. Interested parties should contact Alison E. Harper at 717-605-4443 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details and to submit their proposals.
    28--POWER UNIT,GAS TURB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a gas turbine power unit, identified by NSN 7R-2835-013692818-VH, with a quantity of one unit required for delivery FOB origin. This item is classified as flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. The procurement is vital for maintaining operational readiness, and interested vendors must submit comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for consideration. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at svitlana.shvets@navy.mil.
    25--VALVE MOD-THRUST RE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Valve Mod-Thrust Re, a critical component used in military applications. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the item to a Ready for Issue (RFI) condition within a specified turnaround time of 110 days after receipt. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military vehicles, as the components involved are essential for vehicular brake, steering, axle, wheel, and track systems. Interested contractors should contact Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO.CIV@US.NAVY.MIL for further details and to submit proposals, with the expectation of adhering to strict quality and inspection standards outlined in the solicitation.
    Repair of Virginia Class Propulsor Rotor Assembly
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting qualified contractors for the evaluation, repair, and modification of a Virginia Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement emphasizes the need for firm fixed pricing and adherence to stringent quality and compliance standards, as outlined in the Request for Quotations (RFQ), which includes detailed instructions on inspection procedures, hazardous materials handling, and confidentiality clearances. This opportunity is critical for maintaining the operational readiness of military equipment, underscoring the importance of quality assurance in defense contracts. Interested contractors must submit their proposals by following the guidelines in the RFQ, with delivery expected by January 31, 2026; for further inquiries, they can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil.