USNS ROBERT PEARY WHISTLE REPLACEMENT
ID: N3220525Q2201Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of critical ship equipment, specifically a whistle replacement for the USNS Robert Peary. The procurement includes three items: an Electric Piston Horn, a Motor Control Panel, and Speed and Heat Control, with a total quantity of two for each item, emphasizing the urgency and specialized nature of the equipment due to its proprietary rights held by Kahlenberg Industries. The total anticipated procurement amount is $56,485.24, with a completion deadline set for April 22, 2025, and quotations must be submitted by 10:00 EST on February 13, 2025, to the designated contacts, Christina Guevara and Edward Ruhling, via email. The evaluation will prioritize technical capability and pricing, adhering to Federal Acquisition Regulations throughout the procurement process.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) is issuing a combined synopsis/solicitation for commercial procurement under solicitation number N3220525Q2201. The request is open for quotations for three specific items: Electric Piston Horn, Motor Control Panel, and Speed and Heat Control, with quantities of two each. This procurement is not set aside for small businesses and follows the Federal Acquisition Regulations (FAR) guidelines. The completion deadline is set for April 22, 2025, with delivery to a specified location in Norfolk, VA. Quoters must submit their pricing, estimated delivery time, and technical specifications by 10:00 EST on February 13, 2025, via email to the designated contact. The evaluation will focus on technical capability and pricing, with contracts awarded to the lowest-priced, technically acceptable offer. The service procurement incorporates several relevant FAR clauses addressing compliance, including terms for ethics, small business regulations, and labor standards. The document underlines the importance of precise compliance for potential government contractors, emphasizing both quality and timely delivery in the procurement process.
    This memorandum outlines the justification for using other than full and open competition for procuring a critical ship equipment item, specifically a ships whistle, under a simplified acquisition threshold. The referenced Federal Acquisition Regulation (FAR) permits contracting officers to solicit from a single source if only one source is available due to urgency or proprietary rights. In this case, Kahlenberg Industries is cited as the sole supplier, owning the proprietary rights to the required drawings. The equipment's importance is emphasized as it is vital for ship operations, with the need for compatibility with existing systems and adherence to a standardization initiative. The anticipated procurement amount is $56,485.24. The memorandum highlights the necessity of bypassing broader competition due to the specialized nature of the equipment and the proprietary knowledge required for its maintenance and service, reinforcing the urgency and criticality of the purchase to the mission at hand.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS WASHINGTON CHAMBERS MAIN DIESEL ENGINE MED SPEED TYPE 8L
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is issuing a Request for Quotes (RFQ) for the procurement of specific commercial products and services, including various pump elements and solenoid valves, for the USNS Washington Chambers' main diesel engine. This procurement is critical for maintaining operational reliability and safety in marine applications, as it involves replacement parts from Fairbanks Morse LLC, the sole source vendor due to proprietary rights and OEM status. Quotes are due by 10:00 EST on February 12, 2025, with delivery required by February 28, 2025, to San Diego, California. Interested suppliers should contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
    USNS WILLIAM MCLEAN Bow Thruster
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of a bow thruster for the USNS William McLean, focusing on maritime equipment and related services. The solicitation, identified as N3220525Q2203, requires a firm-fixed-price purchase order for specific parts, particularly from Kongsberg Marine, North America, with delivery expected by September 30, 2025. This procurement is critical for enhancing the operational capabilities of naval vessels, ensuring compliance with federal regulations, including labor and cybersecurity mandates. Interested vendors must submit their proposals by February 18, 2025, and can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil for further information.
    USNS ROBERT PEARY JP-5 FLOW METER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the procurement of a JP-5 flow meter system, which includes a drainable Coriolis meter, a flow/density transmitter, and a dual totalizer. This procurement is critical for the operation of the USNS Robert Peary and emphasizes the need for high-quality instruments that meet specific government standards, with a required delivery date of April 22, 2025, to a designated location in Norfolk, Virginia. The total anticipated value of this procurement is approximately $12,625.96, and interested vendors must submit their offers, including technical specifications and compliance documents, by 10:00 EST on February 13, 2025. For further inquiries, potential quoters can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, Bipolar, under solicitation number N3220525Q2123. The systems are critical for naval operations, ensuring the safety and compliance of military vessels with operational standards. Interested vendors must submit their quotes by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    USNS BRUNSWICK (T-EPF 5) FDTD CUPS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 300 Alcoa Gen 2 Flight Deck Tie Down Cups, essential components for the T-EPF Class vessels. This procurement is critical due to the high failure rate of existing cups, necessitating reliable replacements to maintain operational capabilities. The contract will be awarded based on the lowest priced technically acceptable offer, with a firm-fixed price structure requiring delivery to a designated warehouse in Norfolk, VA by May 1, 2025. Interested vendors must submit their quotations by March 5, 2025, and can direct inquiries to Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or by phone at 564-226-5421.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    USNS PATUXENT (T-AO 201) BRAKE SHAFT TUBE
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the procurement of four units of the butt end tube (part 51VC1600) for the USNS Patuxent (T-AO 201). This procurement is critical for overhauling the shaft brakes on the vessel, emphasizing the need for Original Equipment Manufacturer (OEM) parts from Danfoss Power Solutions due to their proprietary designs and the urgency of the requirement. The contract will be a firm-fixed price order, with delivery expected by July 27, 2025, to a location in Norfolk, Virginia. Interested vendors must submit their quotations by February 13, 2025, including detailed pricing and compliance with Federal Acquisition Regulation (FAR) provisions, and can contact Nancy Bowers at nancy.l.bowers6.civ@us.navy.mil for further information.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is vital for maintaining operational readiness and ensuring the reliability of naval assets. Interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL, with the solicitation closing on February 24, 2025, and additional deadlines for submissions on June 28, 2024, and May 15, 2024.