Intent to Sole Source -Repair of Spare EDG Governors
ID: N4523A26Q5703Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract to Drake Controls-West, LLC for the repair of two Emergency Diesel Generator (EDG) Governors. This procurement is critical as it involves the overhaul and restoration of the governors to Original Equipment Manufacturer (OEM) specifications, ensuring operational readiness for Nimitz-class carriers, with no alternative vendors authorized to perform these specialized services. The contract is set to run from December 22, 2025, to February 24, 2026, and interested parties must submit their capability documentation by December 10, 2025, to the designated contacts, Emily Hamilton and Brian Fergus, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal services contract for the complete overhaul of two Woodward part number 9900-550 governors for Nimitz-class carrier Emergency Diesel Generators. The contractor will provide all necessary resources to restore these spare governors to OEM specifications. The period of performance is from December 22, 2025, to February 24, 2025, with work to be conducted at the contractor's facility. Key requirements include developing and maintaining a Quality Control Program, attending post-award conferences, and managing potential Organizational Conflicts of Interest. The government will provide the governors, while the contractor is responsible for all repair materials. The COR will monitor technical aspects, but cannot alter contract terms.
    The Naval Sea Systems Command proposes a sole-source contract with Drake Controls-West LLC for the overhaul and restoration of two EDG governors (part number 9900-550) to OEM specifications. This action, justified under 10 U.S.C 3204(a)(1) and FAR 13.5, is necessary because Drake Controls-West LLC is the Original Equipment Manufacturer's (OEM) authorized service provider with proprietary data and expertise. No other vendor is authorized or capable of performing the required services. The acquisition will be a Firm-Fixed Price award, deemed fair and reasonable based on market research. The contract period is from December 22, 2025, to February 24, 2026. This sole source is critical as there are no functional spare EDG governors, and ship deployment requires operational spares.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    29--GOVERNOR,DIESEL ENG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of the diesel engine governor (NSN 2910013190117). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable engine accessories for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's DIBBS platform.
    Diesel Engine Parts and Services
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for a multiple award indefinite delivery indefinite quantity (IDIQ) contract for diesel engine parts and services. This procurement aims to maintain diesel engines across various MSC classes of ships, requiring a broad range of parts and services from original equipment manufacturers (OEMs), authorized dealers, and MSC-approved non-OEM providers. The contract, valued at a shared ceiling of $759 million, is crucial for ensuring the operational readiness and safety of the fleet, with an anticipated performance period from May 21, 2026, to May 20, 2031. Proposals are due by October 31, 2025, at 12:00 P.M. Eastern Time, and interested parties can direct inquiries to Susan Moomaw or Timothy Lewis via their provided email addresses.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves specialized services to refurbish critical components used in shipboard systems, ensuring compliance with stringent quality and safety standards due to the potential risks associated with defective materials. The contract will require access to classified drawings and adherence to specific repair instructions, with a firm fixed price offer expected for the full repair effort. Interested contractors must submit their proposals by 4:30 PM EST on December 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at madison.m.gray4.civ@us.navy.mil.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    59--ENCODER,SHAFT ANGLE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Encoder, Shaft Angle, under a federal contract. This procurement aims to ensure the operational readiness of critical equipment used in naval operations, emphasizing the importance of maintaining high-quality standards in repair work. The contract includes specific requirements for inspection, acceptance, and warranty, with a desired delivery timeframe of 260 days from the contract award. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.