MTU/RRSA WMSL Main Propulsion Diesel Engines Parts Purchase
ID: 70Z08524RAD031B00Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of parts for MTU/Rolls Royce Solutions America (RRSA) Main Propulsion Diesel Engines (MPDE) under Solicitation No. 70Z08524RAD031B00. This procurement is a sole source requirement for Original Equipment Manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, ensuring operational efficiency and reliability. The contract will span five years, beginning December 3, 2024, with proposals due by 1 PM EST on October 24, 2024, and interested vendors should direct inquiries to Mark Cap or Kiya Plummer-Dantzler via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 01 to Solicitation No. 70Z08524RAD031B00 pertains to the purchase of Main Propulsion Diesel Engine (MPDE) parts from MTU/Rolls Royce Solutions America (RRSA) for the U.S. Coast Guard. Key changes in this amendment include revisions to delivery locations and minimum order requirements. The document outlines the procurement specifics for original equipment manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, requiring that only new OEM parts be considered. Proposals are due by October 17, 2024, and must be submitted via email to designated officials. The contract will be a requirements type, effective for five years with multiple ordering periods starting from December 2024. All items must be delivered to a specified Coast Guard logistics center within set timelines, with certain parts allowing for longer lead times. The amendment emphasizes compliance with federal regulations and clarifies that agency protests should be directed through an established Ombudsman process. Overall, this solicitation reflects the Coast Guard's ongoing commitment to maintaining its fleet through authorized OEM suppliers while fostering competitive procurement under government guidelines.
    The United States Coast Guard's Surface Forces Logistics Center has outlined specifications for the purchase of MTU1163TB93 components. This document details requirements for the shipping, testing, preservation, packaging, marking, and identification of these parts, ensuring all items comply with Original Equipment Manufacturer (OEM) standards from MTU. A key stipulation is that only new OEM parts are acceptable, with reclaimed or aftermarket alternatives prohibited. Additionally, contractors must provide a Certificate of Conformance and adhere to strict quality assurance protocols, including compliance with ISO standards. Parts require specific preservation treatments and packaging suitable for military specifications, incorporating protection measures during transportation. The contractor must also maintain documentation of inspection and testing results, alongside a Cumulative Tracking Report. Shipping will be directed to a specified Coast Guard facility. This RFP emphasizes the necessity of quality and reliability in components to support Coast Guard operations, reflecting the government's commitment to maintaining high standards in procurement activities.
    This document outlines an Independent Government Estimate (IGE) developed for a supply indefinite delivery/indefinite quantity (IDIQ) contract for the MTU 20V1163 TB93 assemblies. These assemblies are essential for maintaining the main propulsion diesel engines on the 418' WMSL cutters. The estimate incorporates pricing data from a previous contract awarded in FY18, adjusted by a 3% inflation rate for subsequent years. The base year is projected to support operations for 11 cutters, with additional units planned in later option years. The document lists a series of Contract Line Item Numbers (CLINs) with respective part numbers and National Stock Numbers (NSNs). Each kit's details are highlighted, showcasing the components necessary for maintenance and operation. The comprehensive nature of the IGE relies on historical purchase data and current inventory levels to forecast future needs over the next five years. The document serves as a crucial resource in support of government procurement processes, particularly in federal RFPs where precise cost estimation and detailed component analysis are imperative for successful contract fulfillment and compliance with military packaging standards. Thus, the IGE is integral to ensuring operational effectiveness in naval operations.
    The document outlines the Request for Clarification associated with Solicitation No. 70Z08524RAD031B00 concerning the procurement of parts from WMSL Rolls Royce Solutions America (RRSA). It specifies that all questions from offerors must be submitted in writing and must include the vendor’s name for clarity. The communication channels for submitting inquiries are directed to two specific email addresses, which belong to government representatives Mark Cap and Kiya Plummer-Dantzler. It emphasizes the necessity for a structured approach to submitting questions, which will be addressed in an amendment to the solicitation. This process is designed to ensure transparency and clarity in the procurement process, allowing offerors to seek necessary information before submitting proposals. The document stresses the importance of adherence to the outlined submission format to facilitate proper handling and response to all queries. Overall, it serves to guide potential vendors through the inquiry process in relation to this federal procurement initiative.
    The document pertains to the Past Performance Questionnaire (PPQ) associated with Solicitation 70Z08524RAD031B00 for the purchase of parts from Rolls Royce Solutions America (RRSA), issued by the U.S. Coast Guard's Surface Forces Logistics Center. It aims to gather evaluations of RRSA’s performance from references identified by the contractor. The PPQ must be completed and submitted directly to the U.S. Coast Guard by the evaluator, ensuring confidentiality. Evaluation areas include quality of product or service, adherence to schedules, cost control, business relations, and management of key personnel—all rated on a scale from exceptional to unsatisfactory. The document outlines the process for rating and comments intended to capture the evaluators' insights into RRSA's effectiveness and performance history. The final part requests a summary assessment with a binary response on whether the evaluator would recommend awarding another contract to RRSA. The purpose of this questionnaire is to assist the U.S. Coast Guard in selecting a contractor based on reliable past performance data, aligning with the overall strategy of ensuring quality in government contracts.
    The document outlines a comprehensive list of replacement kits, parts, and components related to various machinery, likely for government procurement purposes. It includes detailed entries for items such as cylinder head replacement kits, turbocharger replacement kits, injector assemblies, and various pump replacement kits, along with their respective part numbers (CLIN), National Stock Numbers (NSN), and short descriptions. Certain items, such as seawater pumps and specific engine components, are marked as "No-Bid," indicating unavailability for procurement at this time. The structure comprises a clearly defined listing categorized by part types, facilitating easy identification for procurement processes in federal, state, and local government contracts. This document serves as a critical resource for agencies aiming to maintain operational efficiency in their machinery by providing a catalog of available parts and replacement kits necessary for routine maintenance and unexpected repairs. Its purpose aligns with government RFPs and grants, which emphasize accountability and efficiency in resource allocation and inventory management.
    The Department of Homeland Security's U.S. Coast Guard intends to solicit a Requirements contract for the procurement of Main Propulsion Diesel Engines (MPDE) parts from MTU/Rolls-Royce Solutions America (RRSA). This action is justified under 10 U.S.C. § 3204(a)(1) due to the exclusive intellectual property rights held by RRSA, which prevents other vendors from supplying compatible parts. The procurement aims to support the ongoing maintenance needs of the Coast Guard's 418’ WMSL cutter fleet. A sources sought notice was issued, yielding limited responses indicating minimal options for alternative suppliers. Market research identified that no other entities possess the necessary technical data to produce or support the unique MPDE parts, requiring reliance on RRSA. The anticipated costs are assessed to be fair and reasonable based on historical pricing. Efforts to obtain proprietary data for potential competition were unsuccessful, as RRSA categorically refused to release any necessary technical information. Therefore, the contracting officer certifies the necessity of this acquisition to meet the Coast Guard's operational requirements. This justification underscores the constraints of competition in government procurement, especially in specialized sectors where proprietary technologies limit options.
    The document outlines a Request for Clarification (RFC) regarding Solicitation No. 70Z08524RAD031B00 for the purchase of parts from Rolls Royce Solutions America (RRSA) for the U.S. Coast Guard. It highlights the process for offerors to submit questions and provides responses from the Coast Guard on various inquiries. Key topics include material changes, additional parts proposed for consideration, packaging requirements, minimum order limits, lead times, shipping locations, and freight costs. The Coast Guard's responses indicate agreement with RRSA's suggestions on material categorization and pricing, while also making amendments like establishing a minimum order limit of $1,000. The document emphasizes the need for clear communication on lead times and the limitation of orders to stock within the Continental U.S., including handling expedited shipments. This RFC serves to clarify components of the solicitation to ensure both transparency and efficiency in the procurement process, aiming for responsive and flexible service for the Coast Guard’s operational needs.
    The document outlines a range of federal and state government Requests for Proposals (RFPs) and grants concerning various initiatives. Key areas of focus include environmental assessments, infrastructural upgrades, and health and safety improvements across several localities. The proposals emphasize the need for compliance with regulatory standards, effective project management, and the engagement of qualified contractors. Each RFP details the expected deliverables, timelines, and qualifications required to ensure successful execution. Moreover, it underscores the government’s commitment to addressing community needs through proactive measures, such as hazard assessments and infrastructure enhancements. The structure of the document features distinct sections for different types of projects and funding opportunities, allowing clear navigation for potential applicants. The emphasis on health and safety also reflects a growing focus on environmental sustainability and regulatory adherence in federal and state projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers used on HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety through comprehensive repair services, including inspections, logistics support, and adherence to OEM standards, with GE Aviation Systems LLC identified as the sole source due to proprietary data restrictions. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    Daimler Truck North America (DTNA) Parts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide parts for Daimler Truck North America's (DTNA) 60 Series Marine Engine. This Sources Sought Notice aims to identify vendors capable of supplying new engine parts, as outlined in the attached comprehensive parts list, which includes various components such as filters, pumps, and sensors critical for maintenance and operational efficiency. Interested parties must be registered in the System for Award Management (SAM) and submit their capabilities, including company details and an authorized distribution letter from DTNA, by October 31, 2024. For further inquiries, potential vendors can contact Kirk Miller at Kirk.Miller2@uscg.mil.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Procurement of Enhanced Digital Electronic Control Units
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Enhanced Digital Electronic Control Units (EDECUs) through solicitation number 70Z03824QJ0000353. This procurement aims to secure critical components for engine health monitoring and performance management for T700 engines used in MH-60T aircraft, with a focus on ensuring compliance with specifications from the Original Equipment Manufacturer (OEM), Triumph Engine Control Systems LLC. The contract is anticipated to be awarded on a sole-source basis, with a total duration of up to five years, including one base year and four optional years, and proposals must be submitted by November 12, 2024, at 2 PM Eastern Time. Interested vendors should direct their quotations to Tammi Bryant at tammi.m.bryant2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring adherence to the outlined requirements and documentation standards.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract with Kearfott Corporation, the Original Equipment Manufacturer (OEM), to provide necessary maintenance and evaluation services for components used in MH-60T aircraft, ensuring they meet stringent airworthiness and safety standards. This contract is critical for maintaining operational readiness and safety in Coast Guard missions, with a total duration of up to five years, including one base year and four optional years. Interested parties must submit their quotations by November 18, 2024, at 2:00 PM EDT, and can direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    Overhaul of Gearboxes
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of gearboxes for the MH-60T aircraft. The procurement involves inspecting, repairing, and restoring various gearbox components to ensure they meet Original Equipment Manufacturer (OEM) specifications and are returned to a Ready for Issue (RFI) condition. This contract is critical for maintaining the operational readiness and safety of the Coast Guard's aviation capabilities, emphasizing adherence to strict quality standards and regulatory compliance. Interested contractors must submit their quotations by December 18, 2024, with an anticipated award date around February 24, 2025; for further inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    MH-65 Spare Parts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for MH-65 Spare Parts, particularly two pilot/co-pilot buckets, under solicitation number 70Z03825QB0000007. The procurement requires Original Equipment Manufacturer (OEM) parts from BAE Systems Land & Armaments, L.P., ensuring traceability and compliance with Federal Aviation Administration (FAA) guidelines for safety. This acquisition is critical for maintaining the operational readiness of the MH-65 helicopters, with a total estimated cost of $173,575 and a delivery deadline of February 28, 2025. Interested vendors must submit their quotes by October 23, 2024, at 11:00 am EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.