USNS COMFORT (T-AH 20) Lifeboat/Tender Boat Materials
ID: N3220526Q7018Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Boat Building (336612)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking to procure lifeboat and tender boat materials for the USNS COMFORT (T-AH 20) from Fassmer Service America as a sole source vendor. The procurement includes critical parts such as sliding doors, rollers, and screws, which are essential for the repair and maintenance of the lifeboat, ensuring compatibility and operational readiness. The contract is set to be awarded under NAICS code 336612 (Boat Building), with a firm-fixed price purchase order anticipated, requiring delivery by December 5, 2025, to Norfolk, VA. Interested parties must submit their quotes by November 19, 2025, at 10:00 AM EST, via email to Krista Hendricks at krista.a.hendricks.civ@us.navy.mil, and include all required documentation as outlined in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis/solicitation (N3220526Q7018) for commercial products, specifically ship and marine equipment, to be awarded to Fassmer Service America as a sole source vendor. The procurement, under NAICS 336612 (Boat Building), includes items like sliding doors, rollers, and screws, with prices incorporating Section 232 tariffs, wood packaging, DOD unique identification, and shipping. The solicitation anticipates a firm-fixed price purchase order with a required delivery FOB Destination by December 5, 2025, at Norfolk, VA. Quotes are due by November 19, 2025, 10:00 AM EST, via email to Krista Hendricks, and must include a price quote, total firm fixed price, discount terms, estimated delivery, technical submission, principal place of performance, and country of origin. Evaluation will consider technical capability and price. Special instructions for Wide Area Workflow (WAWF), packaging, marking for USNS COMFORT (T-AH 20), duty-free entry, and obligations in advance of Fiscal Year 2026 funding are also detailed.
    The government document outlines critical clauses and instructions for contractors, focusing on unique item identification, electronic invoicing via Wide Area WorkFlow (WAWF), and various representations and certifications. Key requirements include marking items with unique identifiers, reporting detailed item information, and utilizing WAWF for payment requests and receiving reports. The document also addresses essential certifications such as "Buy American," "Trade Agreements," "Service Contract Labor Standards," and representations regarding small business status, ownership, and prohibitions on certain business operations. These measures ensure supply chain traceability, efficient payment processing, and compliance with federal acquisition regulations and ethical standards, highlighting the comprehensive requirements for contractors working with the Department of Defense.
    This memorandum justifies the use of other than full and open competition for an acquisition under the simplified acquisition threshold, specifically for procuring critical LLTM parts to repair a lifeboat. The required source is Fassmer Service America, with a performance period from January 15, 2026, to April 26, 2026. The determination is based on Fassmer Service America being the Original Equipment Manufacturer (OEM), holding proprietary rights, exclusive licensing agreements, and intellectual properties for their drawings. This limits the availability of parts to only this single source, making full and open competition infeasible. The document emphasizes the necessity of acquiring these parts from Fassmer due to their exclusive rights as the OEM, ensuring compatibility and proper repair of the lifeboat.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    USNS GRASP Propeller Shaft Sleeve and Strut Bearings
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command, is seeking quotes for the procurement of propeller shaft sleeves and strut bearings for the USNS Grasp, with the requirement to be sole-sourced from Propulsion Systems, Inc. This acquisition is critical for the maintenance of essential ship equipment, ensuring compatibility and compliance with certification standards, as the parts must maintain form, fit, and function with existing systems. Interested vendors must submit their quotes by December 10, 2025, at 10:00 AM EST, including pricing, estimated delivery times, and technical descriptions, with delivery expected to Norfolk, VA, by December 31, 2026. For further inquiries, contact Krista Hendricks at krista.a.hendricks.civ@us.navy.mil.
    20--DOOR,METAL,MARINE S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of metal marine doors, identified by National Stock Number (NSN) 2040012534544. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in the hardware manufacturing sector, particularly for ship and marine equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For further inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the expectation that delivery will be required within 168 days after order placement.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    20--WINDOW,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of marine windows, specifically NSN 2090014367382, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of four units to be delivered to the Mid Atlantic Regional Maintenance Center within five days after the order is placed, with the approved source being 21204 KS-28130 ITEM40. These marine windows are critical components for various naval applications, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Sole Source Shaft Seal Overhaul Kits
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.