USNS CODY FCTs
ID: N3220524Q2276Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is soliciting quotations for technical services related to the communication systems aboard the USNS Cody, specifically for the upcoming FCT Mock Trials and Final Contract Trials. The procurement requires Original Equipment Manufacturer (OEM) technical support from General Dynamics Mission Systems Inc. to ensure operational readiness during these critical testing phases, scheduled for October 15-17 and November 5-7, 2024, at JEB Little Creek in Virginia Beach, Virginia. This contract, categorized under NAICS code 811310 and PSC J020, emphasizes the importance of maintaining effective communication capabilities for military operations, with a firm-fixed price purchase order awarded based on the lowest priced technically acceptable quote. Interested vendors must submit detailed pricing by 11:00 AM EST on September 16, 2024, and can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria Morris at maria.morris1@navy.mil for further information.

    Files
    Title
    Posted
    The Military Sealift Command solicits quotations for technical services related to communication systems aboard the USNS Cody, as detailed in solicitation number N3220524Q2276. This request, categorized under NAICS code 811310 and PSC J020, is not set aside for small businesses. The contract will be awarded as a firm-fixed price purchase order for labor, materials, and travel expenses related to the FCT Mock Trials set for October 15-17 and Final Contract Trials on November 4-6, 2024, at JEB Little Creek, Virginia Beach. Quoters must submit detailed pricing, including unit prices and estimated delivery timelines, by 11:00 AM EST on September 16, 2024. The evaluation will prioritize technical capabilities and price, awarding to the lowest priced technically acceptable quote. Among various required representations, offerors must indicate compliance with numerous FAR and DFARS clauses, emphasizing security and safety protocols. Additionally, potential vendors must ensure compliance with specific Navy access procedures for personnel involved in inspections and contract performance. This outline underscores the procurement's significance in supporting military operational readiness through enhanced communication capabilities.
    The document outlines technical services required for the Communications Systems of the USNS Cody (EPF 14) to facilitate Mock and Final Contract Trials (FCTs). It references various internal communication systems and specifies that work will occur primarily in the ship's Wheel House and other areas during two performance periods: the Mock Trial from October 15-17, 2024, and the Final Test with INSURV from November 5-7, 2024, at JEB-Little Creek, Virginia Beach. The contractor is responsible for providing an authorized service representative from General Dynamics Mission Systems Inc., who will assist the ship's crew with operational support, testing, training, and troubleshooting during the trials. The contractor must furnish necessary tools and equipment while adhering to quality assurance standards. Access to the military base requires specific registration forms to be submitted at least 14 days prior to the performance period. This document reflects the Navy's methodology for ensuring the operational readiness of the USNS Cody through comprehensive support during critical testing phases.
    This memorandum outlines the justification for the use of sole-source procurement in acquiring services from General Dynamics Mission Systems Inc. (GDMS) for support during the Final Contract Trials of the EPF Class vessels. Citing FAR 13.106-1(b)(1)(i), the document states that due to specific circumstances, including GDMS’s proprietary rights and the critical nature of the equipment involved, the contracting officer determines that only one vendor can meet the requirements without competition. The memorandum provides details regarding the necessary items, the timeline for delivery, and the significance of the OEM’s role as the authorized technical representative. It also highlights the risks associated with not allowing GDMS to perform the required services, emphasizing that the failure of critical ship equipment poses hazards to the vessel, crew, and environment. Overall, this procurement action is framed as essential for maintaining operational integrity and is positioned within the broader context of ensuring immediate and effective support during crucial trials.
    Lifecycle
    Title
    Type
    USNS CODY FCTs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS CODY (THERMOGRAPHIC SURVEY)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for a firm-fixed price contract to conduct a thermographic survey of the USNS CODY's electrical systems. The objective of this procurement is to assess the ship's switchboards, load centers, and miscellaneous electrical equipment under peak load conditions, requiring contractors to have qualified infrared thermographers, ideally certified to Level 2 or higher. This survey is critical for ensuring the operational integrity and safety of the ship's electrical systems. Quotes are due by 11:00 am EST on September 23, 2024, and interested parties should contact James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil for further information.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    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.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    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.
    58--MODEM,COMMUNICATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of modem communication spare parts. This requirement is classified as a sole source procurement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. Proposals must remain valid for a minimum of 120 days, and inquiries can be directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-1202.
    USNS ROBERT E. PEARY Remote Radar Display
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the procurement of a Remote Radar Display for the USNS Robert E. Peary, specifically requiring a processor and a lamp ring assembly from Northrop Grumman Systems Corporation. This procurement is critical for maintaining the operational integrity of T-AKE class vessels, as the components are proprietary and essential for inventory restock. Interested parties must submit detailed price quotes by September 19, 2024, with delivery expected by August 31, 2024, at a designated Norfolk, Virginia address. For further inquiries, contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.
    INTERFACE UNIT,COMM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the INTERFACE UNIT, COMM. The procurement aims to secure a Repair Turnaround Time (RTAT) of 225 days or less, with the requirement for Government Source Inspection (GSI) to ensure compliance with operational standards. This equipment is critical for maintaining communication capabilities within the Navy, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested contractors should submit their quotes, including pricing and RTAT details, by the extended deadline of October 11, 2024. For further inquiries, contact Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.