USNS SUPPLY HPAC NR 2 Repairs
ID: N3220525Q2232Type: 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 seeking quotations for maintenance and repair services for the NR2 HPAC equipment aboard the USNS Supply, with performance locations at Craney Island and Norfolk Naval Station in Virginia. The procurement requires Original Equipment Manufacturer (OEM) representatives to inspect and repair the equipment, with the contract performance period scheduled from March 5 to April 19, 2025. This opportunity is critical for ensuring the operational integrity and safety of naval operations, as the equipment is essential for ship functionality. Interested vendors should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or 757-341-5658, or Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further details, and must comply with federal contracting regulations, including wage determinations and security protocols.

    Files
    Title
    Posted
    This memorandum addresses the use of other than full and open competition for an acquisition under the simplified acquisition threshold, pertaining specifically to the procurement of a "High Pressure Compressor" from Curtiss-Wright. The document outlines the rationale for soliciting only one source due to the proprietary rights held by Curtiss-Wright for this equipment. The compressor is deemed critical ship equipment, with both urgency and specialized technical requirements further justifying the decision for limited competition. The memorandum adheres to Federal Acquisition Regulation (FAR) governing simplified acquisitions, underscoring the unique nature of the required service and equipment. The anticipated delivery period is set between February 27 and April 30, 2025, emphasizing the need for timely acquisition to support operational integrity and safety. The document ultimately affirms the necessity for this approach based on proprietary rights, critical equipment status, and the lack of alternative suppliers.
    The Military Sealift Command has issued a combined synopsis/solicitation (N3220525Q2232) for commercial products and services under RFQ format, requesting quotations without a written solicitation. The procurement focuses on maintenance and repair services, specifically for Original Equipment Manufacturer (OEM) representatives to inspect and fix NR2 HPAC equipment at Craney Island and Norfolk Naval Station in Virginia, with performance scheduled from March 5 to April 19, 2025. The solicitation encompasses a singular job for labor, materials, freight, and travel expenses, with delivery requirements set for FOB Destination. Key evaluation criteria include technical capability and price, with awards expected for the lowest-priced technically acceptable quotes. Additional provisions concerning offeror representations, certifications, and compliance with federal requirements—including wage determinations under the Service Contract Act—are detailed. Required labor categories and rates as specified by the Department of Labor indicate a minimum wage of $17.75 per hour. Vendors must also adhere to security and access protocols for Navy installations and ship access, ensuring compliance with the necessary documentation. The document underscores the transparency and regulatory compliance necessary in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS SUPPLY Lube Oil Pump Overhaul
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the overhaul of the lube oil pump on the USNS SUPPLY, specifically for the procurement of CM423EUVT-550J major and minor kits from CIRCOR Naval Solutions, LLC. This combined synopsis/solicitation, numbered N3220525Q4040, emphasizes the need for mechanical power transmission equipment, which is critical for the operational efficiency of naval vessels. Interested offerors must submit detailed quotes, including pricing and technical capabilities, by March 3, 2025, with delivery expected by September 30, 2025, at a designated location in Norfolk, Virginia. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil.
    Warping Capstan 2 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the removal, overhaul, and reinstallation of a Rexnord Style 86,600 electric disc brake on Warping Capstan 2. This procurement is critical for maintaining operational efficiency and safety standards within naval operations, emphasizing the importance of compliance with safety regulations and operational standards. Interested vendors must be registered in the System for Award Management (SAM) and submit separate technical and price quotes by 12:00 PM EST on March 4, 2025, with the contract period running from March 6, 2025, to August 30, 2025. For further inquiries, vendors can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Warping Capstan #5 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the overhaul of the Rexnord Style 86,600 electric disc brake for Warping Capstan 5. The procurement requires vendors to supply all necessary materials and equipment to complete the task, which is scheduled to take place between March 6, 2025, and August 30, 2025, at the shipyard located in Portsmouth, Virginia. This opportunity is critical for maintaining operational readiness and safety standards within naval operations, emphasizing compliance with OSHA regulations and the need for Defense Biometric Identification System (DBIDS) credentials for base access. Interested parties must be registered in the System for Award Management (SAM) and submit their proposals in two volumes—technical and price—by the specified deadlines, with further inquiries directed to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a winch kit and various screws as part of the USNS SUPPLY Rescue Boat project. This solicitation, identified as N3220525Q2212, emphasizes the need for specific commercial products and services, with a firm-fixed price purchase order anticipated and delivery required by October 9, 2025, at a designated location in Norfolk, VA. The procurement is critical for ensuring safety and operational continuity in ship operations, with the requirement for compliance with federal regulations and evaluation criteria focusing on technical capability and pricing. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, and must submit detailed quotes by the specified deadline.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    USNS BURLINGTON IMCS Troubleshoot and Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking vendors to provide troubleshooting and repair services for the IMCS Redundant PLC server, with a focus on commercial technical services. The procurement aims to secure a firm-fixed price purchase order that encompasses labor, materials, freight, and travel costs, with performance scheduled at Rhoads Industries in Philadelphia, PA, from March 3 to March 17, 2025. This initiative is critical for maintaining operational readiness and ensuring the reliability of marine equipment, reflecting the government's commitment to high standards in federal contracting. Interested vendors must submit their price quotes, delivery estimates, and technical capabilities by February 27, 2025, and can contact Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further information.
    Bearing Assembly Unit USNS William McLean
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is soliciting quotes for the procurement of a Bearing Assembly Unit for the USNS William McLean, under solicitation number N3220525Q4046. This procurement involves various maritime equipment components, including fixed oil rings and bearing seals, with a total of four Contract Line Item Numbers (CLINs) specified, and requires delivery to Norfolk, Virginia, by September 30, 2025. The items are critical for maintaining operational safety and compatibility aboard T-AKE Class vessels, emphasizing the need for standardized and proprietary parts. Interested contractors must submit their quotes by March 7, 2025, via email, and can direct inquiries to James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
    USNS WILLIAM MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12), with a focus on engaging small businesses for this contract. The procurement, identified by solicitation number N3220525R4043, involves approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs, with an anticipated performance period of 61 days starting around September 24, 2025. This initiative is crucial for maintaining naval vessels and ensuring operational readiness, highlighting the MSC's commitment to fostering competition among small contractors. Interested parties should note that the NDA related to sensitive technical data must be adhered to, and further details will be available on SAM.gov by March 7, 2025. For inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Maintenance for (5) Dust and Fume Collectors Annually and Quarterly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide maintenance services for five Dust and Fume Collectors at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement involves quarterly and annual maintenance tasks, including inspections, cleaning, filter replacements, and certification of fire suppression systems, with a contract period spanning from 2025 to 2026, consisting of one base year and an option for an additional year. This maintenance is crucial for ensuring operational efficiency and safety standards within military facilities, adhering to federal and state OSHA requirements. Interested vendors must submit their quotes by March 11, 2025, at 12:00 PM EST, and can direct inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS Robert E. Peary FY25 Maintenance and Repair Contract. This opportunity is set aside for small businesses and focuses on shipbuilding and repairing services, particularly in non-nuclear ship repair. The successful contractor will play a crucial role in maintaining the operational readiness of naval vessels, which is vital for national defense. Interested parties should reach out to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.