T-AO-206 Controllable Pitch Propeller (CPP) Refurbishment and Bolt Procurement
ID: N3220525Q2183Type: Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the refurbishment of controllable pitch propeller (CPP) systems and the procurement of associated blade bolts for the USNS John Lewis (T-AO 205). The primary objective is to repair four CPP blades in compliance with original equipment manufacturer (OEM) standards, ensuring operational readiness and safety of maritime operations. This procurement is critical as it involves maintaining essential safety components that, if failed, could lead to catastrophic consequences. Interested vendors must submit their proposals by February 24, 2025, and can direct inquiries to Jenna Donley at jenna.n.donley.civ@us.navy.mil or by phone at 564-226-4517.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    USNS CATAWBA Propeller Hub Refurbishment
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of two E-85/4 ATF Shore Side Spare propeller hubs, with the work to be performed by Propulsion Systems Inc. (PSI), the Original Equipment Manufacturer (OEM). This procurement aims to ensure the operational readiness of marine propulsion systems, requiring services to be completed between April 15 and September 1, 2025, with delivery expected at the contractor's facility in Seattle, Washington. Only quotes from OEM-authorized technicians will be accepted, emphasizing the importance of quality assurance and compliance with federal regulations throughout the refurbishment process. Interested parties must submit their quotations by 1:00 PM EST on March 3, 2025, and can contact Ian Keller at ian.keller@navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder stock bearing shaft sleeves and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. This solicitation, numbered N3220525Q2234, requires compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, emphasizing the importance of quality and reliability in defense contracting. The anticipated delivery of these components is expected by July 25, 2025, at an MSC facility in Norfolk, Virginia, with quotes due by March 5, 2025. Interested parties can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232 for further details.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    USNS WILLIAM MCLEAN CRANE ChemPharma Sea Valves
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of CRANE ChemPharma butterfly valves for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a series of valves in various sizes, with a firm-fixed price purchase order anticipated, and is not set aside for small businesses. The valves are critical for the ship's propulsion and safety systems, and the MSC has determined that only authorized distributors of CRANE ChemPharma can meet the specific technical requirements necessary for operational readiness. Interested vendors must submit their quotes by March 4, 2025, detailing pricing and compliance with government standards, with the contract award expected to be based on the lowest priced, technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    USNS BRUNSWICK (T-EPF 5) FDTD CUPS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 300 Alcoa Gen 2 Flight Deck Tie Down Cups, essential components for the T-EPF Class vessels. This procurement is critical due to the high failure rate of existing cups, necessitating reliable replacements to maintain operational capabilities. The contract will be awarded based on the lowest priced technically acceptable offer, with a firm-fixed price structure requiring delivery to a designated warehouse in Norfolk, VA by May 1, 2025. Interested vendors must submit their quotations by March 5, 2025, and can direct inquiries to Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or by phone at 564-226-5421.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and government source inspection. This opportunity is vital for maintaining operational readiness within the Navy's fleet, and interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of April 5, 2024. The contract will be awarded based on the contractor's ability to meet the required repair turnaround time of 210 days and other specified conditions.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is vital for maintaining operational readiness and ensuring the reliability of naval assets. Interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL, with the solicitation closing on February 24, 2025, and additional deadlines for submissions on June 28, 2024, and May 15, 2024.
    C-130J PROPS AND SPARES
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of R391 propellers and spare parts to support the operational readiness of the C-130J aircraft. This acquisition is essential for maintaining the fleet's efficiency and includes depot-level repair and overhaul services, with a focus on timely availability to minimize aircraft downtime. The contract will be awarded on a sole-source basis to GE Aviation Systems LLC (DBA: Dowty Propellers) and encompasses a three-year period with options for extension, requiring compliance with military standards for packaging, transportation, and quality assurance. Interested parties can contact Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with proposals due by February 28, 2025.
    MV Mississippi Propeller
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking proposals for the procurement of a propeller for the MV Mississippi. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 332999, which pertains to all other miscellaneous fabricated metal product manufacturing. The goods being sought are critical components for ship and boat propulsion, highlighting their importance in maintaining operational capabilities for military vessels. Interested vendors should reach out to Kirk Middleton at kirk.a.middleton@usace.army.mil or call 901-544-0786 for further details regarding the solicitation process.