Motor Vessel Transmissions Overhaul Bettendorf
ID: W912EK26QMVTOType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    The United States Army Corps of Engineers (USACE) - Rock Island District is seeking to procure the overhaul of two Reintjes Marine Reduction Gear Transmissions for the Motor Vessel associated with the Mississippi River Project Office. This procurement will be conducted on a sole source basis with Karl Senner LLC, as only one source is deemed reasonably available for the required performance specifications. The selected contractor will be responsible for providing parts and labor for the major overhaul of the specified transmissions, which are critical for the operational efficiency of the vessel. Interested firms that believe they can meet the requirements are invited to submit a capability statement to the Contract Specialist, Carrie Holub, by December 10, 2025, at 2 PM Central Time. For further inquiries, Carrie Holub can be reached via email at carrie.l.holub@usace.army.mil or by phone at 309-794-5667.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Intent to Sole Source – Major Overhaul of Two Caterpillar 3512B Engines for M/V Bettendorf
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure major overhaul services for two Caterpillar 3512B Marine Propulsion Engines installed on the Motor Vessel (M/V) Bettendorf on a sole source basis to Altorfer Inc. The procurement requires the contractor to provide complete overhaul services, including the use of Genuine Caterpillar parts, full disassembly, inspection, rebuild, installation, alignment, testing, and a one-year warranty on parts. This contract is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested firms that believe they can meet the requirements must submit a capability statement to the Contracting Officer, Jubbar J. Arshad, by December 11, 2025, at 10:00 AM CST, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Inland River Towboat
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - St. Paul District, is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a horsepower range between 1,200 and 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including necessary facilities. This procurement is crucial for enhancing operational capabilities on the river, and the solicitation is open to firms of any size, with the government planning to award based on the Best Value approach. Interested parties should submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, and encompasses inspection, overhaul, testing, preservation, packaging, and marking of Tail, Stern Tube, and Line Propulsion Shafts. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Proposals are due by December 7, 2025, at 12:00 PM (EST), and interested parties should direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    USCGC THUNDER BAY MDE VERTICAL DRIVE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to FAIRBANKS MORSE, LLC for the repair of the vertical drive assembly on the CGC THUNDER BAY. The procurement involves disassembling components to replace the lower vertical drive bearing, with the contractor responsible for providing all necessary parts, including a vertical shaft and various bearings. This repair is crucial for maintaining the operational readiness of the vessel, and the work is scheduled to take place from December 10, 2025, to December 31, 2025. Interested parties capable of demonstrating that competition would be beneficial to the Government may submit their offers to Ms. Donna O'Neal via email by 8:00 AM Pacific Time on December 9, 2025.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Procurement of Various Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Carrier, Gear Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station.” The winch must meet specific requirements, including being marine-grade, capable of hoisting 18” x 60’ steel spuds, and powered by a Cummins 74-hp (or greater) Tier 4 compliant diesel engine, with delivery required within 15 days of award. This procurement is critical for marine operations and will be awarded based on the lowest technically acceptable price, with quotes due by December 18, 2025, and questions accepted until December 11, 2025. Interested parties should submit their proposals electronically to both Diana Curl and Rosalind Shoemaker at the provided email addresses.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.