The Military Sealift Command (MSC) is procuring a brand name bow thruster motor (Part Number MDV-050BBB-J068N) from the manufacturer Alconza Berango SL, with a required delivery date of December 18, 2025. This procurement is authorized under simplified procedures aimed at critical safety items as set by FAR Subpart 13.5. The need for the motor is crucial as it is part of the Propulsion/Machinery Control System, deemed essential for operational safety aboard naval vessels.
The acquisition strategy involves a firm-fixed-price contract awarded no later than June 2025, funded by the Fiscal Year 2025 Navy Working Capital Funds. The existing supply channels are limited; the OEM does not sell directly to the government or have authorized distributors, necessitating an 'Other Than Full and Open Competition' approach. The justification for this sole source procurement is based on the proprietary nature of the parts and their critical safety functions, which must ensure compatibility and reliability.
Market research revealed limited alternatives, with no qualified sources for the bow thruster motor identified. The process includes a public solicitation on SAM.gov to provide opportunities for other businesses interested in supplying the item, should future alternatives become feasible. Ultimately, the contract will ensure the safety and operational capability of naval operations.
This document outlines the solicitation for a firm, fixed-price contract to procure a Bow Thruster Motor from ALCONZA BERANGO S.L. as part of the Women-Owned Small Business (WOSB) initiative. It includes key information such as the requisition number, award details, solicitation number, and submission deadlines for offers. The government requires all offers to adhere to specified terms and conditions, including a brand name requirement and the necessity for authorized distributors to provide documentation. The deadline for questions is one day prior to the submission deadline. Invoices must be processed via the Wide Area Workflow (WAWF), and deliveries must be made to specified military locations with advance notification. The contract outlines compliance with several Federal Acquisition Regulation (FAR) clauses, particularly those related to small business utilization. Emphasis is placed on ensuring compliance and addressing any exceptions from the solicitation’s terms. Overall, this solicitation underscores the government’s commitment to supporting small businesses while adhering to regulatory standards for procurement.
This document serves as an amendment to a solicitation, formally extending the deadline for offers in relation to the solicitation N0040625QS215. Originally set for June 28, 2025, the new response due date is July 15, 2025. The amendment specifies that offerors must acknowledge receipt of this change to avoid the risk of rejection. It details acceptable methods for this acknowledgment, such as completing specific items and returning copies of the amendment or indicating receipt on submitted offers. Additional instructions are provided for contractors wishing to modify existing offers. The document remains structured per standard government forms, recording essential contract details and pertinent communication information. The issuance of this amendment reflects the government’s iterative process in solicitation management, ensuring clear communication and compliance among potential contractors.