O2N2 Refrigeration Unit
ID: N4523A25R0301Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure assessment and repair services for the AFT O2N2 Refrigeration Unit Model YN823A, requiring the expertise of the Original Equipment Manufacturer, Johnson Controls (JCI). This procurement is critical for maintaining the operational capacity of a NIMITZ class aircraft carrier, as JCI is uniquely qualified to provide the necessary technical support and parts due to its proprietary rights and licensing agreements. The urgency of this requirement underscores the importance of timely service delivery to ensure the vessel's operational efficiency and safety. Interested parties must express their interest and capability by October 26, 2024, at 10:00 AM PDT, and should direct inquiries to Shannon Johnson or Bailey Butler via the provided contact information.

    Files
    Title
    Posted
    The Statement of Work (SOW) defines the requirements for Johnson Controls (JCI) in performing assessments, repairs, and operational testing of the aft plant O2N2 Refrigeration Unit (Model YN823A) at Puget Sound Naval Shipyard. Services include maintaining disallowed work on nuclear systems unless specifically approved and ensuring all tasks are compliant with Navy safety and authorization protocols. The contractor must furnish necessary parts, tools, and safety equipment while adhering to stringent security requirements via the Defense Biometric Identification System (DBIDS). Key deliverables include Condition Found Reports (CFR) and Completion Reports (CR), with specified timelines for submission post-work completion. The document outlines contractor responsibilities regarding cleanliness verification and establishes quality assurance measures to ensure accountability in service delivery. Required background screenings for contractor personnel are emphasized to maintain access privileges to the facility. The overarching aim of the SOW is to ensure effective maintenance of Navy refrigeration units in line with operational standards and safety protocols, thereby sustaining operational efficiency and safety within Navy installations. Overall, it reflects the operational standards expected in federal contracts while managing sensitive naval equipment.
    The memorandum outlines the justification for using a single-source procurement for the repair and assessment of the AFT O2N2 Refrigeration unit (Model YN823A) aboard the CVN 68 Project. It cites the Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i), allowing contracting officers to solicit from one source under specific circumstances, such as urgency or proprietary rights. The original equipment manufacturer, Johnson Controls (JCI), is identified as the only capable provider due to its exclusive licensing agreements and proprietary access to necessary technical information and parts. The requirement for this service is urgent, as any delay could result in decreased operational capacity for the naval vessel. The document emphasizes compliance with established guidelines and the critical nature of this acquisition, highlighting the technical capabilities and certification needed from JCI to ensure timely completion of the project.
    Lifecycle
    Title
    Type
    O2N2 Refrigeration Unit
    Currently viewing
    Special Notice
    Similar Opportunities
    Intent to Sole Source Leslie Valves
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to procure repair services for Leslie Valve assemblies, specifically model PTLHNS-2, from the Original Equipment Manufacturer (OEM). The contractor will be responsible for disassembling, inspecting, repairing, and testing the valves to restore them to the Original Manufacturer's specifications, with the contract duration set from January 1, 2025, to February 28, 2025. This procurement is critical for maintaining operational standards within the defense sector, ensuring reliable refurbishment services for essential equipment. Interested parties must submit their capability documentation by October 29, 2024, to the primary contact, Brianna Webb, at brianna.l.webb3.civ@us.navy.mil, or to the secondary contact, Bailey Butler, at bailey.a.butler2.civ@us.navy.mil.
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    Intent to Sole Source Leslie Valves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.
    Sources Sought Notice for USS Aircraft Carriers, Nuclear Propulsion (CVN) Ship Repair, Maintenance, Modernization, and Overhaul at Yokosuka, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is seeking qualified contractors for the maintenance, repair, modernization, and overhaul of U.S. Navy nuclear-powered aircraft carriers at Yokosuka, Japan. The procurement focuses on both scheduled non-dry-docking maintenance and unscheduled repair activities, which will be conducted at Berth 12 over a five-year period from May 2026 to May 2031, under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is critical for ensuring the operational readiness and safety of the Navy's fleet, requiring contractors to demonstrate significant experience in complex ship repair tasks, including structural repairs and system testing. Interested companies must submit their qualifications, capability statements, and relevant project experience by October 30, 2024, to the designated contacts, Gil Lopez and Peter Arrieta, via email.
    COOLING COIL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for the procurement of a cooling coil, specifically the AIR DU model, as part of a combined synopsis/solicitation for commercial items. This procurement is aimed at fulfilling the needs of the Puget Sound Naval Shipyard in Bremerton, Washington, and will be conducted under unrestricted full and open competition, adhering to FAR Parts 12 and 13.5. The cooling coil is essential for air conditioning systems, highlighting its importance in maintaining operational efficiency within military facilities. Interested vendors must submit their offers by 10:00 AM on October 30, 2024, and are encouraged to contact Naomi Larson at naomi.larson@dla.mil for any inquiries regarding the solicitation.
    AEGIS - Point of Service Coolers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command, is seeking to procure point of service coolers through a presolicitation notice. This procurement will utilize other than full and open competition to place an order under Basic Ordering Agreement N00024-21-G-5102 with Lockheed Martin Rotary and Mission Systems, as they are the only known source capable of meeting the Government's requirements within the necessary timeframe. The coolers are critical for operational efficiency and support within naval systems. Interested parties are encouraged to submit a capability statement within 15 days of this notice, with all submissions evaluated for responsiveness; however, the Government will not reimburse any costs incurred in the submission process. For further inquiries, interested parties may contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil or Maggie Ipsaro at maggie.l.ipsaro.civ@us.navy.mil.
    2840 - FMS Repair of ROTOR, TURBINE, AIRCR (2 units)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two units of ROTOR, TURBINE, AIRCR for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational readiness of the F-18 Fighter Jet, a vital asset in military operations. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.
    15--PANEL UNIT, IN REPAIR/MODIFICATION OF
    Active
    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 three units of a panel unit, identified by NSN 7R-1560-016881567-P8, which requires repair or modification. This procurement is critical for maintaining airframe structural components, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, indicating a specialized requirement. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the understanding that the government may not compete this contract based on the responses received. For further inquiries, interested vendors can contact Carolyn A. Clark at (215) 697-1073 or via email at CAROLYN.A.CLARK30.CIV@US.NAVY.MIL.
    Engine Parts
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source contract for spare engine parts from Fairbanks Morse, LLC. The procurement focuses on delivering various components related to common rail tooling for the USS McCool (LPD-29), including relays, seals, tools, valves, and pipes, which are critical for maintaining operational readiness. Interested vendors must provide clear evidence of their capability to meet these requirements by 12:00 PM Eastern on October 31, 2024, to avoid a sole-source award; responses should be directed to Kyle Nelson at kyle.a.nelson2@navy.mil.
    16--HEATER,WEAPONS BAY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of the Weapons Bay Heater, identified by part number 7RH 1680 016336179 P8 and NSN 3401-05. The procurement involves comprehensive repair services, including inspection, component repair, reassembly, and testing to ensure the units are returned to a Ready for Issue (RFI) condition, with a required repair turnaround time of 55 days after receipt of the asset. This equipment is critical for maintaining operational capabilities in military aircraft, emphasizing the importance of timely and quality repairs. Interested contractors can reach out to Joseph Bodnik at 215-697-2196 or via email at joseph.bodnik@navy.mil for further details and to participate in the solicitation process.