USNS NEWPORT COSPOLICH SALAD BAR
ID: N3220525Q2180Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Food Product Machinery Manufacturing (333241)

PSC

FOOD COOKING, BAKING, AND SERVING EQUIPMENT (7310)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 5:30 PM UTC
Description

The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure a Cospolich 54" Salad Bar under solicitation number N3220525Q2180. This procurement is essential for military operations and requires a proprietary item that ensures compatibility with existing equipment, emphasizing the importance of standardization and operational safety. Interested vendors must submit their quotations by January 16, 2025, including detailed pricing and technical specifications, with delivery expected by July 3, 2025, to a designated location in Norfolk, VA. For further inquiries, potential offerors can contact Erica Stancill or Colin Edick at the provided email addresses or phone number.

Files
Title
Posted
Jan 16, 2025, 4:05 PM UTC
The Military Sealift Command has issued a combined synopsis/solicitation (RFQ N3220525Q2180) for the procurement of a Cospolich 54" Salad Bar. The solicitation follows FAR guidelines and is not set-aside for small businesses. Detailed specifications regarding the item, required delivery dates (July 3, 2025), pricing structure, and submission requirements are outlined for potential quoters. Quotations must be submitted by January 21, 2025, to the specified contacts via email, and must include comprehensive pricing, delivery estimates, and technical specifications. The evaluation criteria focus on technical capability and price, with an emphasis on responding to all solicitation requirements. The document also incorporates various FAR clauses relevant to compliance, ethical standards, and contractor responsibilities. This procurement process exemplifies the government's effort to maintain organized contractual practices while ensuring quality and compliance with legal standards across federal acquisitions.
Jan 16, 2025, 4:05 PM UTC
This memorandum outlines the justification for using other than full and open competition for an acquisition under the simplified acquisition threshold, specifically involving COSPOLICH INC. The document indicates that the sourcing decision is based on the need for a proprietary item related to GFM materials required for a salad bar, intended to support upcoming military operations slated for August to November 2025. It notes that COSPOLICH INC. holds exclusive rights to the technical drawings necessary to produce these materials, which directly relates to the justification for limiting competition. The memorandum cites several reasons for restricting competition, including the necessity of standardization to ensure compatibility with existing equipment, and the critical nature of the items, which pertains to operational safety. Additionally, the requirement is due to the specific form, fit, and function of the components being a direct replacement for existing items. The document underscores adherence to federal procurement regulations, specifically FAR guidelines, for justifying the non-competitive acquisition process.
Jan 16, 2025, 4:05 PM UTC
The document outlines a combined synopsis and solicitation for the procurement of a salad bar from Cospolich Inc. by the Military Sealift Command (MSC) under solicitation number N3220525Q2180. The RFQ adheres to federal acquisition regulations (FAR) and provides specifications for the desired equipment, including dimensions and model number. A firm-fixed price purchase order is anticipated with delivery expected by July 3, 2025, to a designated Norfolk, VA location. Offerors are instructed to submit quotes by January 16, 2025, including pricing details and technical submission requirements. The selection process will evaluate quotes based on technical capability and price, with a focus on compliance with all specified requirements. Additionally, various FAR clauses relevant to the solicitation are incorporated, ensuring adherence to federal contracting standards, including obligations regarding telecommunications and environmental considerations. The document emphasizes the importance of clarity in submissions to avoid rejection for non-responsiveness. Overall, this solicitation reflects standard procurement protocols in government contracting, particularly in the context of military supply needs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USNS WASHINGTON CHAMBERS - Cargo Crane Parts
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking suppliers for cargo crane parts for the USNS WASHINGTON CHAMBERS. This procurement includes various items such as split flange kits, clamps, and hatch holders, which are essential for the maintenance and operational readiness of ship cranes and derricks. The anticipated contract will be a firm-fixed price purchase order, with delivery required by September 30, 2025, to MSC SSU in San Diego, California. Interested vendors must submit their quotations by April 30, 2025, and can direct inquiries to primary contact Darius Swift at darius.swift.civ@us.navy.mil or secondary contact James Parker at james.l.parker2.civ@us.navy.mil.
Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of mooring and towing lines, wire rope, slings, pendants, and fittings to support fleet readiness for MSC assets worldwide. This solicitation, identified as N3220525R2263, requires contractors to deliver complete mooring line assemblies that adhere to military and maritime standards, with a focus on compliance and timely delivery. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, emphasizing competitive pricing through a Lowest-Priced Technically Acceptable (LPTA) evaluation process, with a guaranteed minimum order of $3,500 for each awardee. Interested small businesses must submit their quotes electronically by May 9, 2025, and can reach out to primary contact Samantha T. Frederick at samantha.t.frederick.civ@us.navy.mil or secondary contact Alvinia R. Jenkins at alvinia.r.jenkins.civ@us.navy.mil for further inquiries.
MSC PROFORMAS 12-24 REVISION 1
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is issuing a Special Notice for the revision of MSC Proformas 12-24, which includes updates to incorporate Class Deviations 2025-O0003 and 2025-O0004. This procurement aims to solicit offers for various maritime services, including time-chartered U.S. flag tugs and other vessel charters, to support military logistics and operational readiness. The contracts will require compliance with stringent operational, safety, and regulatory standards, ensuring that contractors provide the necessary capabilities for harbor support, cargo transportation, and emergency assistance. Interested parties can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or call 564-230-3660 for further details.
USNS LEWIS AND CLARK AHU COIL REPAIRS
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of air-conditioning and refrigeration equipment, specifically cooling coils for air handling units, to be delivered to Norfolk, Virginia. This procurement is critical for maintaining crew habitability and operational readiness aboard naval vessels, with an urgent requirement for delivery by June 13, 2025, to prevent work stoppage. The total anticipated value of the contract is $39,611, and interested vendors must submit their quotes by 10:00 AM EST on April 29, 2025, ensuring compliance with all specified Federal Acquisition Regulation (FAR) clauses. For further inquiries, vendors may contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
USNS ROBERT PEARY CENTRIFUGAL PUMP PARTS
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for centrifugal pump parts specifically for the USNS Robert Peary, with a focus on components supplied by Air & Liquid Systems Corporation. This procurement is critical as it involves repairs to essential ship equipment, necessitating original parts to ensure compatibility and functionality, with a total anticipated cost of $181,615.93. The delivery of these parts is required by April 22, 2025, and the procurement process is structured as a firm-fixed price purchase order, with submissions due electronically by 10:00 AM EST on April 24, 2025. Interested vendors can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
BRAND NAME OEM SHOELLHORN-ALBRECHT MACHINE CO. - ACCOMODATION LADDERS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed-price supply contract to provide accommodation ladders from the brand name Shoellhorn-Albrecht Machine Co. This procurement is essential for supporting the Military Sealift Command (MSC) and will utilize FAR Part 12 and 13 procedures. The solicitation is anticipated to be posted around April 23, 2025, with a closing date expected on or about April 28, 2025. Interested parties must register on the SAM.gov website and direct any inquiries to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil, as no hard-copy documents will be distributed.
USNS ROBERT PEARY CENTRIFGUAL PUMP PARTS/CARTRIDGE TYPE SEALS
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of AES cartridge type seals and AES CURC cartridge seals, essential components for naval operations aboard the USNS Robert Peary. This procurement is limited to a single source, VSP TECH, INC., due to proprietary rights held by AESSEAL® regarding the design and critical safety considerations of the pumps' functionality. The total anticipated cost for this procurement is $12,436.76, with a required delivery date set for June 1, 2025, and quotations must be submitted by 10:00 AM EST on April 24, 2025. Interested parties can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further information.
USNS ROBERT KENNEDY Propeller Blades
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for a firm-fixed price contract to procure propeller blades and associated parts for the overhaul of the USNS Robert Kennedy. This procurement is critical for maintaining the operational safety and efficiency of the vessel, with specific requirements for marine supplies and equipment, including proprietary items from Rolls-Royce, the Original Equipment Manufacturer. Interested vendors must submit detailed technical proposals, pricing, and delivery estimates by April 30, 2025, with the anticipated delivery date set for September 19, 2025. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or by phone at 757-802-6467.
73--Equipment IST
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of Equipment IST, specifically NSN 7310GM5022323. The requirement includes a single unit to be delivered to the Commanding Officer within 120 days after order (ADO), emphasizing the need for timely submissions from responsible sources. This equipment is categorized under food preparation and serving equipment, highlighting its importance in supporting military operations. Interested vendors are encouraged to submit their quotes electronically and may direct any inquiries to the buyer via email at DibbsBSM@dla.mil.
USNS JOHN LEWIS_FREQ CONVERTER_BRAND NAME MACGREGOR USA
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two frequency converters from MacGregor USA, Inc., as part of a combined synopsis/solicitation. This acquisition is critical for maritime operations, specifically for ship’s mooring capstans, and is limited to MacGregor USA due to the proprietary nature of the equipment and the urgency of the requirement. The contract will be a firm-fixed price purchase order, with responses due by April 28, 2025, and a delivery deadline set for June 20, 2025, to the MSC SSU in San Diego, California. Interested parties should submit detailed pricing, technical specifications, and delivery estimates, and may contact Susan Bryant or Marcin Krauze for further information.