LCS Class Ship LLTM Ride Control Parts
ID: N5523624Q0188Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METAL BARS, SHEETS, AND SHAPES (J095)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to negotiate a sole source purchase order for Long Lead Time Material (LLTM) Ride Control Parts for LCS Class Ships, specifically with Austal USA, LLC, the Original Equipment Manufacturer (OEM) for these parts. The procurement aims to ensure that the required parts meet NAVSEA standards for form, fit, and function, which are critical for the ship's operational capabilities during missions and training. This opportunity is vital for maintaining the readiness and performance of naval vessels, as the parts are essential for their repair and functionality. Interested vendors must submit their capabilities and relevant information via email to the designated contacts by 11:00 AM Pacific Time on September 23, 2024, to be considered for future procurement opportunities.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.
    Rolls Royce Replacement Parts Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of OEM Rolls Royce replacement parts, specifically for the T-AO 187 Class controllable pitch propeller (CPP) system. This procurement is critical for maintaining the maneuverability and operational readiness of military vessels, as the parts are essential for inspecting, cleaning, and testing the propulsion systems, which are classified as vital for national defense missions. The contract will be awarded as a Firm-Fixed Price Purchase Order, with submissions due by September 23, 2024, and the award expected by September 30, 2024. Interested vendors must verify their status as original equipment manufacturers or authorized dealers, and they can contact Ouarda Allbee at ouarda.b.allbee.civ@us.navy.mil for further information.
    Landing Craft, Air Cushion Extended Service Life Extension Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is conducting market research for the Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) at Assault Craft Unit 5 (ACU 5) in Camp Pendleton, California. The objective of this program is to extend the service life of the LCAC beyond previous modernization efforts, requiring capabilities in the repair and installation of various systems including hull structures, machinery, and electronics, as well as the integration of Government Furnished Property. Interested parties must submit their notice of interest and relevant company information by 1600 EDT on October 31, 2024, via email to the designated contacts, Linda C. Squires and Dominick J. Meyers, as this notice is for market research purposes only and does not constitute a request for proposals or funding.
    USS BOXER (LHD 4) FY25 Selected Restricted Availability
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    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.
    16--TLC 2 TACTICAL - AND OTHER REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the procurement of tactical replacement parts, specifically NSN 7R-1680-016471322-RQ, with a quantity of three units required for delivery FOB origin. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be solicited. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to submit the required data will result in disqualification from the award process. For further inquiries, interested parties can contact Kathryn S. Hull at (215) 697-6646 or via email at KATHRYN.HULL@NAVY.MIL.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Austal USA 10-Year Maintenance Service
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 10-year maintenance service for a T-EPF class vessel. The service includes the installation of Government Furnished Materials (GFM) and will be performed by Original Equipment Manufacturer (OEM) Austal USA certified service technicians. The procurement will be conducted using FAR Part 12 and 13 Procedures. Interested parties should monitor the SAM.Gov website for the solicitation and any subsequent amendments. Prospective offerors must be registered in the System for Awards Management (SAM) to receive a Government Award. For more information, contact Mr. Reg Agahan at regel.a.agahan.civ@us.navy.mil.