USNS LEWIS & CLARK DRIVE, 5HP, AC
ID: N3220524Q2135Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINE ACCESSORIES (J029)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a 5HP AC drive for the USNS Lewis & Clark (T-AKE 1) Class ship. This procurement is critical for maintaining operational readiness and involves a firm-fixed price purchase order, with a required delivery date set for September 30, 2024. Interested offerors must submit their quotes by September 17, 2024, with evaluations based on technical capability, pricing, and past performance, prioritizing the lowest priced technically acceptable offer. For further inquiries, potential bidders can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command is issuing a combined synopsis and solicitation for the procurement of a DRIVE, 5HP, AC, F044639, under solicitation number N3220524Q2135. This request for quotes (RFQ) falls under the NAICS code 333618 and is not set aside for small businesses. The procurement involves a single firm-fixed price purchase order, with the required delivery date set for September 30, 2024, to a defined location. Interested offerors must submit their quotes by September 17, 2024, via email in specified formats. Key evaluation criteria for quotes include technical capability, pricing, and past performance, with priority given to the lowest priced technically acceptable offer. Offerors must comply with specific submission requirements, including detailed pricing and technical descriptions. The document outlines numerous federal acquisition regulations (FAR) and clauses applicable to this procurement, reinforcing compliance with ethical standards and various regulatory provisions. Overall, this solicitation reflects the government’s commitment to ensuring transparent and competitive procurement processes while maintaining strict adherence to regulatory frameworks.
    The Justification and Approval (J&A) document outlines the Department of the Navy's Military Sealift Command's (MSC) intention to procure diesel engine systems and services through a Multiple Award Contract (MAC) via an other than full-and-open competition approach. This decision is based on the critical nature of these components for ship safety across various MSC vessels and the long-standing relationship with Original Equipment Manufacturers (OEMs) such as MAN and Fairbanks Morse. The J&A specifies a total value of $169,890,711 for a five-year ordering period, justifying limited competition due to proprietary technical data and a history of utilizing these suppliers for maintenance and parts without prior competition. The document emphasizes that any alternative sourcing would incur unacceptable costs and delays, undermining operational readiness. Furthermore, MSC commits to promoting competition where feasible while demonstrating ongoing collaboration with existing suppliers. The legal authority for this procurement strategy is grounded in 10 U.S.C. 2304(c)(1) as per the Federal Acquisition Regulation. The J&A concludes with approvals from key stakeholders, confirming the necessity and justification for this procurement method.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is seeking quotes for the procurement of actuator assemblies for the USNS William McLean (T-AKE 12). This procurement involves a firm-fixed price purchase order for various components, including motors, actuators, limit switches, and modular control packages, with a delivery deadline set for May 30, 2025. The goods are critical for maintaining operational readiness and safety of military vessels, emphasizing the importance of compliance with federal procurement regulations. Interested vendors must submit their price quotes by September 24, 2024, and can contact Darius Swift at darius.swift.civ@us.navy.mil or James Parker at james.parker5@navy.mil for further information.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USNS HARVEY MILK_ Seal Cartridge_ Sole Source (Defense Maritime Solutions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts from Defense Maritime Solutions Inc. for the USNS Harvey Milk, specifically focusing on the Main Bilge Pump Assembly. This procurement involves brand-name components, including pressure transmitters and mechanical seals, which are critical for maintaining operational readiness and safety of naval systems. The required delivery date for these items is December 18, 2024, and interested vendors must submit their quotes by September 19, 2024, ensuring compliance with federal acquisition regulations. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil.
    USNS HARVEY MILK_ Pump Overhauls_ Sole Source (Defense Maritime Soultions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts for the USNS Harvey Milk (T-AO 206) from Defense Maritime Solutions Inc. This procurement is a sole source acquisition focused on essential components such as ball bearings, cartridge seals, and bushings, which are critical for the operational readiness of the vessel. The urgency of this acquisition is underscored by the need for compatibility with existing equipment and the proprietary nature of the items, as Defense Maritime Solutions is the Original Equipment Manufacturer (OEM) for life rafts designed for T-AO vessels. Quotations are due electronically by September 19, 2024, with delivery expected by December 1, 2024. Interested parties can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further information.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    5 Ton Crane Design USS EMORY S LAND
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking engineering services for the upgrade of the AS 39 Class 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39). The procurement aims to engage the Original Equipment Manufacturer (OEM) to provide essential engineering services, including equipment, component, material, and configuration upgrades, to ensure the operational safety and national security of these critical assets, which are over 40 years old. The contract is set for a firm-fixed price from September 30, 2024, to August 31, 2025, with quotes due by September 23, 2024. Interested contractors can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria A. Morris at maria.a.morris8.civ@us.navy.mil for further details.
    MSC Hatteland Monitor Replacements
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for operational capabilities on TAO Class vessels. This procurement is critical as existing Hatteland models are being phased out, and the unique specifications necessitate a non-competitive acquisition process to ensure compatibility and compliance with maritime certifications. Interested small businesses must submit their quotes electronically by September 19, 2024, with a firm-fixed price purchase order expected to be awarded by October 11, 2024. For further inquiries, potential offerors can contact Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    61--MOTOR, 490HP,440VAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure two units of a 490HP, 440VAC motor under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-6105-016230919-PP) and is intended for negotiation with a single source due to the unique nature of the required supplies, which are critical for naval operations. Interested parties are encouraged to express their interest and capability to fulfill the requirement, with a deadline for proposals set at 45 days from the notice publication date. For further inquiries, interested vendors can contact Joshua Eshleman at (717) 605-6055 or via email at joshua.j.eshleman@navy.mil.
    61--MOTOR,ALTERNATING C
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Alternating Current Motor, specifically NSN 6105013474473. The requirement includes a quantity of one unit to be delivered to the Naval Weapons Systems Support Mechanism within 20 days after order acknowledgment. This motor is critical for various defense applications, ensuring reliable power distribution in military equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.