MTU ENGINE PARTS
ID: N0040624Q0844Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Engine, Turbine, and Power Transmission Equipment ManufacturingT (33361)

PSC

ENGINE COOLING SYSTEM COMPONENTS, NONAIRCRAFT (2930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting offers for the procurement of MTU engine parts, specifically aimed at supporting the Navy's Port Operations in Bremerton, Washington. This opportunity is exclusively available to authorized small business distributors or resellers of Rolls-Royce Solutions America, Inc., and requires offerors to certify their ability to supply genuine OEM parts while adhering to specific terms regarding price adjustments due to COVID-19 or inflation. The contract will be awarded as a firm, fixed-price agreement, with proposals evaluated based on price and past performance, and submissions are due by 10:00 AM on September 16, 2024. Interested parties can reach out to Eileen Trezise at eileen.d.trezise.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVSUP Fleet Logistics Center Puget Sound is issuing a sole source requirement for various MTU engine parts needed for Coast Guard Security boats. The request specifies necessary components including turbochargers, pumps, intercoolers, exhaust manifolds, and other engine parts, which must be sourced from Rolls-Royce Solutions America Inc due to compatibility with existing MTU engines. The document outlines that using any alternative parts would not only risk severe damage to the engines but also incur significant costs and downtime for Port Operations. This requirement underscores the necessity for Original Equipment Manufacturer (OEM) direct replacement parts to maintain operational integrity, given that Port Operations mechanics are trained on MTU systems. The justification for this sole source procurement explains the limitations of competition due to the unique features of MTU parts being critical to ongoing harbor security missions. The completion certifies that the information provided is accurate, thereby initiating a process that precludes full and open competition, aligning with government procurement protocols.
    The document outlines a federal solicitation (N0040624Q0844) for the procurement of MTU engine parts to support the Navy's Port Operations in Bremerton, WA. The procurement is specifically designated for authorized small business distributors or resellers of Rolls-Royce Solutions America, Inc., and anticipates awarding a firm, fixed-price contract. The submission deadline for offers is 10:00 AM on September 16, 2024. Important details include the requirement for offerors to certify their ability to supply genuine OEM parts, adhere to stipulated terms regarding price adjustments related to COVID-19 or inflation, and to address all exceptions to the solicitation's terms. The delivery location is specified as Naval Base Kitsap, with products to be shipped FOB Destination. The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses, emphasizing the importance of compliance. Submission of detailed proposals, including past performance records, will be a key component in the award decision process, which may focus on price but can factor in past performance if necessary. The document reflects typical procedures within federal Requests for Proposals (RFPs) and emphasizes adhering to government contracting standards.
    Lifecycle
    Title
    Type
    Solicitation
    MTU ENGINE PARTS
    Currently viewing
    Presolicitation
    Similar Opportunities
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    USNS RAPPAHANNOCK Replacement Engine Steyr SE236E40 Solas
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking proposals from qualified small businesses for the procurement of engine kits and components for the Willard 670 Solas RHIB, under Solicitation Number N4044624Q0009. This opportunity emphasizes the need for comprehensive pricing, delivery estimates, and technical specifications to meet the government's requirements, with a firm-fixed-price purchase order anticipated. The goods are critical for supporting military operations, and the delivery is expected by October 28, 2024, to San Diego, CA. Interested bidders must submit their quotes by 2:00 PM on September 26, 2024, via email to Donnie Leger at donnie.s.leger.civ@us.navy.mil, and adhere to federal regulations regarding small business participation and product sourcing.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    29--Mercury V8 Sea-Pro 300hp Engines
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure MERCURY V8 SEAPRO ENGINES. These engines are typically used for marine applications and will support Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The procurement requires FOB Destination pricing and will be solicited from Mercury Marine (Manufacturer) and authorized distributors. The solicitation will be posted on 06/14/2019 with a due response date of 07/02/2019. Interested parties should contact Julio Hernandez, the Purchasing Agent, for more information.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares. This procurement is for up to 84 LCAC 100 Class MT7 production engines, 21 engine installation kits, and 20 LCAC 100 Class MT7 spare engines. The contract will be awarded to Rolls-Royce Corporation on a sole-source basis, as they are the sole manufacturer of the LCAC 100 Class MT7 Engine and its installation kits. The procurement will be conducted under FAR Part 12 Commercial Items procedures. Interested companies should contact Rolls-Royce Corporation directly.
    69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
    Overhaul/Repairs to HPACS #1, #2, #3, and #4
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), is seeking an Original Equipment Manufacturer (OEM) for the overhaul and repair of High Pressure Air Compressors (HPAC) 1, 2, 3, and 4, specifically for a CVN-68 class aircraft carrier. The project requires comprehensive maintenance to restore the compressors to OEM specifications, including detailed overhauls, operational testing, and compliance with security protocols, necessitating a minimum Confidential security clearance. This procurement is critical for maintaining the operational capabilities of naval assets, with the contract period set from January 6 to May 15, 2025, and all repairs to be completed by April 23, 2025. Interested parties must submit their interest and capability responses by September 20, 2024, to Brianna Webb at brianna.l.webb3.civ@us.navy.mil or Bailey Butler at bailey.a.butler2.civ@us.navy.mil.
    BRODIE BI-Rotor measuring unit assemblies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking proposals for the procurement of BRODIE BI-Rotor measuring unit assemblies. This procurement is set aside for small businesses and falls under the NAICS code 336611, which pertains to Ship Building and Repairing, indicating the assemblies are likely critical components for naval operations. The goods will be utilized in the maintenance and operation of naval vessels, emphasizing their importance in ensuring operational readiness. Interested vendors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243 for further details, with the opportunity available for review at the provided link.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    Solicitation Mooring Lines
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm fixed-price contract to supply mooring lines, specifically designed for Military Sealift Command (MSC) operations. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the provision of ten HTP-12 Rope Assemblies, each with specific characteristics including a diameter of 1/2 inch and a minimum break strength of 82,600 lbs. This contract is crucial for ensuring the availability of essential marine supplies that support military operations, with a submission deadline for quotes set for September 20, 2024, at 11:59 PM PST. Interested parties should direct inquiries to Noah Ibrahim at Noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Award Management (SAM) to participate in this procurement.