Notice of Intent to Sole Source -Duluth DL Billmaier and Lufkin Repairs
ID: PANGLR-25-P-0000003690Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, specifically the Army Corps of Engineers, intends to award a sole source contract for repairs to the DL Billmaier and Lufkin equipment in Duluth, Minnesota, to National Maintenance & Repair of Kentucky, Inc. The procurement involves completing the remaining 50% of work on the Electro Motive Diesel (EMD) and Lufkin Transmission, which includes extensive service tasks such as replacing layshafts, bearings, and conducting inspections, as well as overseeing a sea trial to verify successful repairs. This contract is critical for maintaining operational readiness of marine equipment, and interested parties capable of providing equivalent products must submit their interest and supporting documentation by March 27, 2025, at 2:00 PM (EST) to the designated contacts.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Merritt Twin Disc Transmission Rebuild
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the rebuild of two Twin Disc Marine Transmissions for the Dredge Merritt, with the solicitation number W912PM25QA003. Contractors are required to provide all necessary labor, materials, and services to restore the transmissions to like-new condition, adhering to manufacturer specifications and federal regulations. This project is critical for maintaining the operational capabilities of the dredge, emphasizing the importance of compliance with safety and technical standards. Interested small businesses must submit their price quotes and technical proposals electronically by March 26, 2025, at 3:00 PM Eastern Time, with a total estimated award amount of $12,500,000 and a performance period from April 15, 2025, to June 15, 2025. For further inquiries, contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Main Engines, Gears, Jet Drives, & Generator Services on the S/V DAMRELL
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors to provide maintenance services for the S/V DAMRELL, focusing on its engines, gears, jet drives, and generators. The procurement involves performing a 2000-hour service on diesel engines, conducting oil changes for generators and marine gears, inspecting for wear, and replacing a microwave in the galley, with an emphasis on meeting technical specifications. This sources sought notice is crucial for identifying capable contractors to ensure effective maintenance and repair of maritime equipment, although no contract will be awarded from this notice. Interested parties must submit their qualifications by May 17, 2025, and can contact Anquonette Wilkins at anquonette.t.wilkins@usace.army.mil or 251-441-6531 for further information.
    LHA Class Ship - LLTM Various SSDG Parts
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to negotiate a sole source purchase order with Fairbanks Morse Defense for the manufacture and provision of various replacement parts for the Number 3 Ship's Service Diesel Generator (SSDG) aboard an LHA Class Ship. These replacement parts must be compatible in fit, form, and function with the existing SSDG, and Fairbanks Morse is identified as the only source capable of supplying these specific components. This procurement is critical for maintaining the operational readiness of the ship's power systems, ensuring reliability and safety. Interested vendors are invited to submit documentation of their capabilities by email to Jamie Devera and Cynthia Urias by 11:00 AM Pacific Time on March 14, 2025, with all submissions needing to comply with current System for Award Management certifications.
    CAT Repairs on Various Equipment
    Buyer not available
    The U.S. Army Corps of Engineers - Vicksburg District (USACE-MVK) intends to award a sole source purchase order for CAT machinery repairs to Puckett Machinery Company, utilizing original equipment manufactured Caterpillar parts. The procurement involves significant repairs on multiple Caterpillar models, including an articulating dump truck, dozer, trackhoe, and motor grader, requiring the contractor to provide all necessary resources for engine rebuilds, component replacements, and maintenance tasks. This contract is crucial for ensuring the operational efficiency and safety of government-owned machinery. Interested firms capable of meeting the requirements must submit a capabilities statement via email by 10:00 AM CST on March 19, 2025, with inquiries directed to Genna Wooten or Dustin Cannada at the provided email addresses.
    Dry-dock Lawson
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for maintenance services on the M/V Lawson and the crane barge Choctawhatchee, as outlined in a Sources Sought Notice. The procurement involves a Firm Fixed Price Contract for various repair tasks, including dry-docking the Lawson, repairing keel cooler leaks, and replacing HVAC systems, with work to be performed between Pensacola, FL, and Gulfport, MS. This initiative is crucial for ensuring the operational readiness and maintenance of government marine assets. Interested contractors must submit their qualifications, including business size and relevant experience, by March 28, 2025, via email to Anquonette Wilkins at anquonette.t.wilkins@usace.army.mil.
    6105 Repair of qty 1EA, option 1 EA Secondary Propulsion Motor
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the refurbishment and repair of one secondary propulsion motor (SPM), with an option for an additional unit. This sole source requirement is directed towards the original manufacturer due to the government's lack of data rights necessary for alternative procurement, emphasizing the importance of maintaining operational readiness for military equipment. Interested vendors must comply with specific standards outlined in the Request for Quotations (RFQ) and are reminded that all submissions are requests for information, not binding contracts. The deadline for submitting offers has been extended to March 31, 2025, and inquiries should be directed to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    Sources Sought for Dry Dock and Shipyard Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers' New Orleans District, is seeking potential vendors for Dry Dock and Shipyard Services through a sources sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for the maintenance, inspections, and emergency repairs of various government vessels, including survey boats and barges, ensuring they are returned in optimal condition while adhering to regulatory standards. Interested parties are encouraged to submit a capabilities statement detailing their relevant experience and qualifications by March 31, 2025, with the anticipated contract set to begin in January 2026. For further inquiries, interested vendors can contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    USNS HENRY J. KAISER Rudder pintle bearings replacement
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the maintenance and repair of the USNS Henry J. Kaiser, specifically focusing on the replacement of rudder pintle bearings. This procurement involves labor, materials, and parts, including Thordon bearings, and is critical for ensuring the operational readiness of the T-AO 187 Kaiser Class vessels. The performance period is set from April 30 to July 8, 2025, at Bayonne Drydock & Repair Corp. in New Jersey, with offers evaluated based on technical capability and price, emphasizing the need for compliance with federal regulations. Interested parties should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or Molly Dickson at molly.dickson@navy.mil for further details, as the procurement is not set aside for small businesses and has an estimated total value of $12,500,000.