MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
ID: N3220525Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines the requirements for 4,000-hour scheduled maintenance on the USNS TRENTON (T-EPF 5) Main Propulsion Diesel Engines (MTU Series 8000, Model 20V8000M71L). This critical maintenance, designated as Item No. 0293, mandates the use of Original Equipment Manufacturer (OEM) authorized representatives and parts due to the engines being a critical safety item. The scope of work includes technical services, industrial support, and adherence to specific maintenance tasks across four qualification levels (QL1-QL4), ranging from operational monitoring to complete disassembly. Government-furnished materials include lube oil and engine coolant additive, while the OEM provides all tools and other necessary materials. Key requirements include ABS inspections for Continuous Machinery Survey credit, comprehensive pre-start checklists, performance testing for a minimum of four hours, and detailed reporting of all work, deficiencies, and
    This document outlines the requirement for 12,000-hour scheduled maintenance and replacement of parts for the four Main Propulsion Diesel Engines (Model 20V8000M71L) on the USNS TRENTON (T-EPF 5). The work, categorized as "A," is due by June 30, 2025. It details specific technical services, industrial support, and replacement parts required as per MTU Report # 90P240153. Key aspects include using only OEM-authorized representatives and parts, coordination with ship's force, and inspections by ABS for Continuous Machinery Survey credit. The document lists government-furnished equipment and materials (power packs, lube oil, coolant additive) and extensive contractor-furnished materials. A comprehensive table details maintenance tasks across different qualification levels (QL1, QL3) and intervals. Rigorous quality assurance, reporting, and testing procedures, including dock trials and performance tests, are mandated. The OEM representative must remain on-site until satisfactory completion. Contractors interested in non-OEM qualification are directed to a specific MSC website. Engine serial numbers are provided. The project emphasizes safety, compliance, and adherence to manufacturer's standards.
    This document, SOR 25-xxx, details the five-year replacement of critical nonmetallic flexible fuel oil and lube oil hoses and expansion joints on the Main Propulsion Diesel Engines (MPDEs) of the USNS BRUNSWICK and USNS NEWPORT, including the USNS YUMA. The project, item 0552M, mandates thorough examination, renewal, testing, and certification of these components in accordance with USCG, ABS, and manufacturer's guidelines. The scope includes rigorous hydrostatic testing, operational checks, and the installation of identification tags and SOLAS-approved spray shields. Contractors must adhere to strict safety protocols, including depressurizing and draining systems, and ensuring areas are certified safe for hot work. The document also specifies reporting requirements for deficiencies and
    This government file, N3220525Q0027, details mandatory federal acquisition regulations and certifications for contractors. It includes clauses on various topics such as contracting officer representatives, compensation of former DoD officials, whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment (e.g., those from Kaspersky Lab or ByteDance). Key sections also cover electronic payment instructions via Wide Area WorkFlow (WAWF), representations regarding covered defense telecommunications equipment, and certifications for commercial products and services. The latter includes extensive definitions for various business classifications (e.g., small, veteran-owned, women-owned, HUBZone), restrictions on business operations in Sudan and with the Maduro regime, prohibitions on contracting with inverted domestic corporations or entities engaging in certain activities relating to Iran, and requirements for disclosing ownership and control. The document emphasizes compliance with regulations related to supply chain security, labor standards, environmental concerns (e.g., hexavalent chromium, aerosols, sustainable products),
    This document is a combined synopsis/solicitation notice (N3220525Q0027) from the Military Sealift Command for commercial products and services, issued as a Request for Quotes (RFQ). The award will be made to Rolls-Royce Solutions America, Inc. as a sole-source vendor, provided their quote is technically acceptable and fair/reasonable. The procurement falls under NAICS code 811310 and PSC/FSC J020, and is not set aside for small businesses. The solicitation includes Contract Line Item Numbers (CLINs) for various Trenton, Yuma, and Newport items. A firm-fixed-price purchase order is anticipated, with delivery FOB Destination as per the Statement of Work (SOW). Quotes are due by December 16, 2025, at 4:00 PM and must be emailed to Matias Parker. Evaluation will consider technical capability, price, and past performance. The document also details instructions for Wide Area Workflow (WAWF) invoicing, duty-free entry, ship/base access requirements, and provides two wage determinations (2015-4341 for North Carolina/Virginia and 2015-5217 for Texas) outlining minimum wage rates, fringe benefits, holidays, and specific instructions for computer employees and air traffic controllers/weather observers.
    The Department of the Navy, Military Sealift Command (MSC) Norfolk, is awarding a sole source, firm-fixed-price purchase order to Rolls-Royce Solutions/MTU America, the Original Equipment Manufacturer (OEM), for T-EPF Class vessels' Main Propulsion Diesel Engines (MPDE), model 20V8000M71L. This action is justified under 10 U.S.C. 3204(a)(1) due to the OEM being the only responsible source capable of providing the necessary materials and technical services for 12/14K hourly based maintenance on USNS TRENTON and 5-year calendar-based maintenance on USNS YUMA and USNS NEWPORT. The specialized design of the EPF Class ships for these specific engines, and the critical need to maintain class configuration, interchangeability, and safety, prevent the use of non-OEM parts or services due to unacceptable redesign costs and potential safety risks. Rolls-Royce/MTU America maintains proprietary information regarding these parts and services, which the Government does not possess. MSC has no current plans to allow non-OEM suppliers for future contracts, but will assess feasibility if another potential source emerges.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Diesel Engine Parts and Services
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for a multiple award indefinite delivery indefinite quantity (IDIQ) contract for diesel engine parts and services. This procurement aims to maintain diesel engines across various MSC classes of ships, requiring a broad range of parts and services from original equipment manufacturers (OEMs), authorized dealers, and MSC-approved non-OEM providers. The contract, valued at a shared ceiling of $759 million, is crucial for ensuring the operational readiness and safety of the fleet, with an anticipated performance period from May 21, 2026, to May 20, 2031. Proposals are due by October 31, 2025, at 12:00 P.M. Eastern Time, and interested parties can direct inquiries to Susan Moomaw or Timothy Lewis via their provided email addresses.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    ENGINE, DIESEL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of diesel engines under the contract titled "ENGINE, DIESEL." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 90 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with Government Source Inspection (GSI) requirements. The diesel engines and components are critical for various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should direct inquiries to Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil, with the expectation of a bilateral award process upon acceptance of the quote.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    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.
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    FMS Repair - NIIN 013474420 Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    COMPRESSOR,MARC350A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Cooler Lubricating Oil Engine
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Cooler Lubricating Oil Engines, which are critical components for the MTU 4000 series main diesel engines used in 154' WPC vessels. The requirement includes four units that must be "service ready" prior to shipping, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E and MIL-STD-129R. This procurement is essential for maintaining operational readiness and reliability of the Coast Guard's fleet. Interested vendors must submit their quotations by December 11, 2025, at 10:00 AM EST, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.