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.