ContractSolicitation

T-AO-206 Controllable Pitch Propeller (CPP) Refurbishment and Bolt Procurement

DEPT OF DEFENSE N3220525Q2183
Response Deadline
Mar 26, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the refurbishment of the controllable pitch propeller (CPP) and procurement of associated bolts for the USNS JOHN LEWIS, with the work to be performed in Mobile, Alabama. The primary objective is to engage Original Equipment Manufacturer (OEM) authorized representatives to inspect, repair, clean, and polish the CPP blades, ensuring compliance with safety and operational standards. This procurement is critical for maintaining the operational readiness of naval assets, with the government planning to award a Firm-Fixed Price Purchase Order to either Rolls Royce Marine North America, Inc. or Kongsberg Maritime, Inc., while allowing other responsible sources to submit proposals for consideration. Quotations are due by March 26, 2025, and interested parties can contact Jenna Donley at jenna.n.donley.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil for further details.

Classification Codes

NAICS Code
333618
Other Engine Equipment Manufacturing
PSC Code
2010
SHIP AND BOAT PROPULSION COMPONENTS

Solicitation Documents

8 Files
ATTACHMENT I - PERFORMANCE WORK STATEMENT.pdf
PDF78 KBFeb 14, 2025
AI Summary
This document outlines a Request for Proposal (RFP) for drydocking maintenance of the controllable pitch (CPP) propeller system on the USNS John Lewis (T-AO 205). The primary objective is to repair four CPP blades, following specified technical guidelines and installation of new blade bolts. The project period is from award to March 31, 2025, and requires the contractor's facility for execution. Key responsibilities include inspecting, cleaning, and repairing the blades under the supervision of an authorized field representative, ensuring compliance with original equipment manufacturer (OEM) standards. The contractor must provide necessary materials and complete outlined repairs, including machining and grinding the blades to restore them to serviceable condition. Non-destructive testing will be performed to assess cracks and defects, and detailed reports will be submitted upon completion. The document emphasizes quality assurance through adherence to Navy and ABS approved procedures, reflecting the federal standards applicable to defense sector contracts. The successful contractor will deliver fully certified and ready-for-installation blades and bolts back to the government, specifically to Alabama Shipyard. This project indicates a commitment to maintaining the operational readiness of military vessels through diligent maintenance and adherence to strict regulatory frameworks.
Combined Synopsis Solicitation_N3220525Q2183.pdf
PDF125 KBFeb 14, 2025
AI Summary
The Military Sealift Command is issuing a combined synopsis and solicitation (N3220525Q2183) for commercial items, specifically focusing on the procurement of propeller blade bolts and refurbishment services for a controllable pitch propeller. This RFQ is intended for Rolls Royce Marine North America, Inc. or Kongsberg Maritime, Inc., and is not set aside for small businesses. The solicitation outlines the Contract Line Item Numbers (CLINs), quantity requirements, and performance expectations, with a Firm-Fixed Price contract expected to be awarded based on quotes received by February 24, 2025. Bidders must meet specific qualifications, submit detailed pricing information, and ensure adherence to all specified terms and conditions. Technical acceptance and price reasonableness will be the two main evaluation criteria, requiring bidders to demonstrate compliance with technical requirements and justify their quoted prices. The solicitation includes several attachments detailing performance requirements and provisions, underscoring the imperative for qualified vendors in this specialized procurement. Overall, this request reflects the military's need for critical components and services vital to operational readiness.
ATTACHMENT II - Provisions and Clauses.pdf
PDF336 KBMar 26, 2025
AI Summary
The document outlines various clauses incorporated by reference and full text in government contract N3220525Q2183, relevant to federal procurement practices. It details compliance requirements pertaining to commercial products and services, focusing on laws and executive orders governing labor standards, contractor ethics, and environmental sustainability. Key clauses include those relating to gratuities, restrictions on subcontracting, whistleblower protections, and the prohibition of engaging with certain foreign countries and entities associated with security risks, such as equipment from Kaspersky Lab or involvement with the Maduro regime. The structure of the document is systematic, detailing clauses first by incorporation type and then specifying rights and obligations under service contract labor standards. It emphasizes equitable treatment for service employees, requiring contractors to comply with wage determinations and maintain records for labor standards oversight. These provisions reflect the government’s intent to ensure ethical conduct, protect labor rights, and promote sustainability in contracting outcomes, reinforcing principles important in RFPs and federal grants.
ATTACHMENT IV - WAGE DETERMINATION.pdf
PDF1521 KBMar 26, 2025
AI Summary
The document pertains to various federal and state/local RFPs (Requests for Proposals) and grants, highlighting different funding opportunities available for projects within government frameworks. It underscores the importance of compliance with guidelines, emphasizing the need for efficient project implementation that aligns with regulatory standards. Key points include an overview of eligibility criteria for applicants, specific funding amounts available, the nature of projects that are prioritized, and the role of various stakeholders in the proposal process. The emphasis is placed on transparency, accountability, and the essential requirements that must be adhered to when submitting proposals. The document serves as an essential guide for entities seeking government funding, detailing the procedural and operational expectations necessary for a successful application. Overall, this resource aims to streamline access to financial support for government-related initiatives, ensuring stakeholders are well-informed about the available resources and the necessary steps to secure funding.
ATTACHMENT III - JUSTIFICATION AND APPROVAL_REDACTED.pdf
PDF348 KBMar 26, 2025
AI Summary
The document outlines procurement requirements for the Maritime Support Command (MSC) regarding ship critical safety items, identifying RRMNA and KMI as sole sources for the necessary proprietary technical data and manufacturing capabilities to maintain these systems in compliance with USCG and ABS regulations. These systems are crucial as their failure poses risks of catastrophic consequences. Although a Sources Sought Notice was posted to explore other vendor capabilities, only KMI expressed interest and was deemed eligible. The MSC plans to procure supplies through a combined synopsis solicitation while acknowledging the proprietary nature of the required systems, asserting that non-OEM alternatives cannot be considered without risking substantial cost duplications. The MSC's strategy involves continuous market research to assess potential future competition while currently limiting contracts to RRMNA and KMI due to their unique qualifications. This approach ensures compliance and operational safety for critical maritime operations.
Combined Synopsis Solicitation_N3220525Q2183_Amendment 1.pdf
PDF271 KBMar 12, 2025
AI Summary
The Military Sealift Command has issued a combined synopsis/solicitation notice (N3220525Q2183) for commercial items, specifically requesting quotes for propeller blade bolts and the refurbishment of a controllable pitch propeller for the T-AO-206 vessel. The procurement is not set-aside for small businesses and is intended to award a Firm-Fixed Price purchase order without full and open competition, primarily to Rolls Royce Marine North America, Inc. or Kongsberg Maritime, Inc. The performance period will extend until April 30, 2025, with required submissions due by March 25, 2025. Quotes must follow specific guidelines, including submitting comprehensive pricing breakdowns and OEM verification letters. The solicitation includes evaluation criteria based on technical acceptance and price reasonableness, emphasizing the necessity of compliance with outlined terms and conditions. All submissions should be electronic and adhere to the protocols outlined to ensure eligibility for award. The document includes attachments for further reference to the Performance Work Statement and provisions and clauses pertinent to the acquisition. This solicitation exemplifies the structured approach the federal government employs in acquiring services and products critical to military operations while ensuring competitiveness and compliance.
ATTACHMENT I - PERFORMANCE WORK STATEMENT_FINAL.pdf
PDF90 KBMar 26, 2025
AI Summary
The document outlines a federal Request for Proposal (RFP) for the maintenance of the propeller system on the USNS Harvey Milk (TAO 205), focusing on the repair and servicing of four controllable pitch propeller (CPP) blades. The task is scheduled to commence upon contract award and conclude by April 30, 2025. The contractor is responsible for inspecting, repairing, and polishing the blades while adhering to established manufacturer standards and guidelines. Included in the provided materials are the specific blade serial numbers, their weights, and significant repair details, including mandated non-destructive testing and machining procedures. The contractor is required to supply 64 CPP blade bolts and ensure that all repair work is certified before the blades are shipped to Alabama Shipyard. Compliance with General Technical Requirements (GTRs) and quality assurance measures is emphasized to maintain industry standards. This project demonstrates the government's commitment to maintaining naval assets through organized contractual engagements that specify detailed operational and safety requirements for marine engineering works.
Combined Synopsis Solicitation_N3220525Q2183_Amendment II.pdf
PDF179 KBMar 26, 2025
AI Summary
The Military Sealift Command has issued a combined synopsis/solicitation for parts and services, specifically a Request for Quotes (RFQ) under solicitation number N3220525Q2183. The main requirement includes 64 propeller blade bolts and refurbishment of the T-AO-206's controllable pitch propeller, with a firm-fixed price purchase order intended for either Rolls Royce Marine North America, Inc. or Kongsberg Maritime, Inc. The procurement is not being set aside for small businesses. Quotations are due by March 26, 2025, and must be submitted electronically. Bidders must provide various documentation, including a price quote detailing unit prices and supporting evidence of price reasonableness. The evaluation will consider technical acceptance and pricing, with additional requests for information possible to ensure fair and reasonable pricing. Compliance with qualification requirements for critical safety items is mandated. This solicitation reflects the government's commitment to acquiring necessary maritime components efficiently while adhering to procurement regulations and ensuring safety and quality standards are met.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 14, 2025
amendedAmendment #1· Description UpdatedMar 12, 2025
amendedLatest Amendment· Description UpdatedMar 26, 2025
deadlineResponse DeadlineMar 26, 2025
expiryArchive DateApr 10, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
MSC NORFOLK

Point of Contact

Place of Performance

Mobile, Alabama, UNITED STATES

Official Sources