USNS WALLY SCHIRRA OHE RECERT
ID: N3220525Q2208Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

EQUIPMENT AND MATERIALS TESTING- MATERIALS HANDLING EQUIPMENT (H239)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is soliciting quotes for Ordnance Handling Equipment (OHE) Safety Recertification services for the USNS WALLY SCHIRRA, with performance expected in Guam from July 1, 2025, to September 1, 2025. The procurement requires vendors to provide comprehensive labor, tools, materials, and vehicles necessary for the recertification process, including inspections, repairs, certifications, and disposal of equipment, ensuring compliance with federal regulations and technical requirements. This contract is critical for maintaining the safety and operational readiness of military equipment, emphasizing the need for qualified service providers with experience in weight testing and safety certifications related to shipboard-approved OHE. Quotes are due by February 18, 2025, and interested parties can contact Ryan Greer at ryan.e.greer.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command is issuing a Request for Quotes (RFQ) for Ordnance Handling Equipment (OHE) Safety Recertification services for the USNS WALLY SCHIRRA. The contract outlines a firm-fixed price purchase order for services to be executed in Guam from July 1, 2025, to September 1, 2025. Vendors must provide comprehensive labor, tools, materials, and vehicles necessary for the recertification process, including inspections, repairs, certifications, and disposal of equipment. The contractor is required to submit various reports detailing inventories, conditions, and certifications of the equipment. Qualifications for bidders include experience with weight testing and safety certifications related to shipboard-approved OHE. The solicitation encourages submissions from responsible sources, emphasizing compliance with federal regulations, technical requirements, and timely delivery. Quotes are due by February 18, 2025, with evaluations based on technical capability and price. This procurement underscores governmental needs for validated service providers in military operations, ensuring safety and operational readiness of critical handling equipment.
    This memorandum outlines the justification for utilizing other than full and open competition for a federal acquisition under the simplified acquisition threshold. It references FAR 13.106-1(b)(1)(i), which allows Contracting Officers to solicit from a single source due to specific circumstances such as urgency or exclusive licensing. The acquisition involves the certification of shipboard ordnance handling equipment by a NAVSEA PHS&T certified source, specifically for the USNS WALLY SCHIRRA, with a required delivery period from 1 July 2025 to 1 September 2025. The memorandum explains that the chosen acquisition method is justified by critical nature of the ship equipment, which is essential for safety and operational integrity. Additionally, it details the need for standardization and compatibility with existing equipment. The document serves to ensure compliance with procurement regulations while prioritizing the timely delivery of essential services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MSC USNS CHARLES DREW OHE
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for Ordnance Handling Equipment (OHE) Safety Recertification services for the USNS CHARLES DREW (T-AKE 10). The procurement involves a firm-fixed price contract for comprehensive inspection, testing, and certification of 507 pieces of OHE, including various sling types and hoisting gear, with an emphasis on ensuring compliance with safety standards and operational effectiveness. This acquisition is critical for maintaining ship safety and regulatory compliance, with an anticipated cost of $31,785 and a performance period scheduled between July 15, 2025, and September 15, 2025. Interested contractors must submit their quotes by February 14, 2025, and can reach out to Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil for further information.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    180-DAY SPECIALTIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a 180-day special time charter of a Jones Act certified surface support vessel, beginning on May 1, 2025. The vessel must accommodate 25 personnel, achieve a minimum speed of 10 knots, and sustain operations for 30 days without re-supply, while also being capable of launching and recovering various small craft and providing mission-specific logistics support. This procurement is part of the government's initiative to enhance maritime operational readiness in regions such as Hawaii and Guam. Interested parties should submit their responses, including vessel availability and pricing, by February 18, 2025, and can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    Warping Capstan #3
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting quotes for testing services related to Warping Capstan 3 on the USS Dwight D. Eisenhower. The primary objective of this procurement is to conduct Torsion and Rated Load Testing to ensure the capstan operates satisfactorily, with a focus on developing testing procedures, fabricating necessary equipment, and adhering to safety protocols. This acquisition is critical for enhancing operational capabilities and ensuring compliance with safety and technical standards in shipbuilding and repair. Interested vendors must submit their quotes by February 13, 2025, and can contact Briana Kellam at briana.n.kellam.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.
    USNS LEWIS AND CLARK (SWBD LOOP INTERLOCK)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of ship service switchboard interlock failures on the USNS Lewis and Clark. The procurement aims to ensure high-voltage safety compliance during the service period scheduled from February 17-21, 2025, at Naval Weapons Station Earle, New Jersey. This equipment is critical for ship safety, preventing potential hazards to the vessel, crew, or environment, and the urgency of the requirement necessitates a non-competitive procurement process. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS Degaussing Parts
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of degaussing parts for the USNS WASHINGTON CHAMBERS, with a focus on electrical equipment and components. The solicitation includes specific requirements for items such as Ethernet cables and IGBT modules, which must comply with standards set by Ultra Marine US/EMS Development Corporation. This procurement is critical for maintaining the operational capabilities of naval vessels, ensuring compliance with military standards and telecommunications security regulations. Interested vendors must submit their quotes by February 18, 2025, with delivery expected at a San Diego location by September 30, 2025. For further inquiries, contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, Bipolar, under solicitation number N3220525Q2123. The systems are critical for naval operations, ensuring the safety and compliance of military vessels with operational standards. Interested vendors must submit their quotes by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Sliding Block USNS Washington Chambers
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of mechanical power transmission equipment, specifically roller cottered chains and connectors, for marine applications aboard Navy vessels. This acquisition is critical for the safety and operational capability of the sliding pad eyes on T-AKE ships, with a total delivery requirement set for September 30, 2025, at a designated location in San Diego, California. The procurement is justified under limited competition due to proprietary rights and the specialized nature of the equipment, with an anticipated total value of $113,267.50. Interested vendors must submit their quotes via email by 10:00 AM on February 14, 2025, adhering to the specified submission guidelines, and can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil for further information.
    U.S. FLAG TUGS FOR NAVAL BASE GUAM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the potential charter of two U.S.-flagged tugboats to provide essential harbor support at Naval Base Guam. The procurement aims to address the limitations of existing government vessels by securing tugboats capable of towing, berthing, mooring, and providing emergency support, with specific requirements including a maximum length of 110 feet and a bollard pull of 100,000 lbs. forward. This initiative is crucial for maintaining effective marine operations and compliance with maritime standards, with the period of performance set from March 31, 2025, to March 30, 2026, and an optional extension until February 28, 2027. Interested parties must submit their responses, including company details and pricing estimates, by February 18, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further information.