Brand Name Mastercam Maintenance
ID: N3223524RC14131Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for a firm-fixed-price contract for Brand Name Mastercam Maintenance services. This procurement aims to ensure the continuity of maintenance support for the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, which is critical for maintaining the integrity of the Mastercam software and receiving essential security updates. The total estimated cost for this requirement is $12,773, with funding sourced from Fiscal Year 2025 Operation and Maintenance, Navy funds, and the performance period is set for one year from the award date. Interested small businesses must submit their proposals by September 24, 2024, at 1200 EST, and can contact Sarah Thibodeau at sarah.d.thibodeau.civ@us.navy.mil or Victoria MacLellan at victoria.b.maclellan.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The memorandum addresses the use of non-competitive procurement to acquire Mastercam Maintenance for the Pearl Harbor Naval Shipyard. According to FAR 13.106-1(b)(1)(i), contracting officers can solicit from a single source if unique circumstances exist, such as urgency or proprietary rights. The total estimated cost is $12,773, and funding will be drawn from Fiscal Year 2025 Operation and Maintenance, Navy funds, with performance lasting one year from the award date. The sole source justification stems from the exclusive nature of Mastercam maintenance, which is critical for maintaining the software's integrity and receiving essential security patches. The document states that alternative products cannot meet government needs, confirming that Mastercam is the only company able to provide the necessary support. The urgency of the requirement is highlighted, as delays could compromise fleet operations and lead to vulnerabilities in information systems. Market research revealed no competitive options, underscoring the necessity for this specific brand. The approval process for this procurement involves both a technical certification and contracting officer authorization. Thus, this memorandum outlines the rationale behind the acquisition strategy to ensure mission-critical operations are uninterrupted.
    The document outlines a contracting request for the acquisition of a MasterCam and Multiaxis Maintenance Renewal service for the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF). It includes essential contractor information, delivery requirements, and contract details. The request specifies one unit of the MasterCam service, with a proposed delivery set for one year post-award, aiming to ensure continuity in maintenance support. Key details include the contractor's point of contact information, CAGE and DUNS codes, and pertinent manufacturer information. The comprehensive product list, categorized under the Product List enclosure, provides a structured view of the required service and its specifications, emphasizing the importance of adhering to deadlines and ensuring warranty coverage. Given the context of government RFPs, this document serves to detail the necessary components for procurement processes, ensuring compliance, accountability, and efficiency in fulfilling government contracts.
    The Portsmouth Naval Shipyard has issued a Request for Quotation (RFQ) for a Brand Name Mastercam Maintenance service, as detailed in solicitation N3223524RC14131. This RFQ is designated as a Total Small Business Set-Aside, requiring proposals from qualifying firms by the deadline of 24 September at 1200 EST, with proposals to be submitted through SAM.gov and email. The service location is the Pearl Harbor Naval Shipyard in Hawaii, with delivery expected one year from the date of award. Key requirements include the submission of technical information evidencing compliance with specifications, the inclusion of a completed pricing form, and adherence to FAR clauses relevant to commercial products and services. The evaluation criteria focus on technical acceptability, price, and adherence to the delivery schedule, with awards given to the Lowest Price Technically Acceptable offer. Vendors must be registered in the System for Award Management to qualify for bidding. The RFQ emphasizes the importance of meeting all requirements and the repercussions of any objections to the stipulated terms which could render a submission unacceptable.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    Various Quantities of the McMaster-Carr Brand Plasma Machine Repair Parts, as per attached Brand Name Justification -- Total Small Business Set Aside-- See All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, is seeking bids for various quantities of McMaster-Carr brand plasma machine repair parts as part of a total small business set-aside procurement. The objective is to acquire essential components necessary for the Operations Digital Swarm Project, which involves building critical hardware for electric launch motors. These parts are vital for maintaining operational efficiency and compatibility with existing systems, as McMaster-Carr is the only supplier that meets the precise specifications required. Interested vendors must submit their completed bid spreadsheets by September 24, 2024, to Jessica D. Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all line items are filled and adhering to the outlined submission guidelines.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.