The Military Sealift Command seeks to integrate a new UPS system on the USNS SUPPLY vessel, requiring the services of an authorized OEM service representative. The key task involves generating and installing specific software, ensuring compliance with manufacturer standards. Respondents must provide qualification letters and training certificates, offering detailed capabilities and potential alternatives by August 14, 2024. The government seeks to award a contract in September 2024 for this maintenance effort, encouraging small businesses to apply.
The solicitation N3220524Q2090 from the Military Sealift Command requests quotes for commercial services related to software and equipment installation for the USNS Supply (T-AOE 6). The project focuses on generating and installing Software Build 28, incorporating patches, and interfacing new uninterruptible power supplies (UPS) onboard the ship. The contract is not set aside for small businesses, with a maximum size standard of $25.5 million.
The work involves electrical modifications, coordination with ship personnel for access, and compliance with relevant technical standards. Contractors must provide pricing for labor, travel, and materials necessary for the completion of tasks at specified ship locations. Government-furnished equipment includes UPS systems. The proposal deadline is September 25, 2024, with a delivery and acceptance date set for January 30, 2025. Quotes will be evaluated based on technical capability and price, prioritizing the lowest priced technically acceptable bids. Technical and general requirements are outlined for compliance during execution, ensuring adherence to safety and quality assurance standards.
The document presents a Justification and Approval (J&A) for a sole-source procurement by the Department of the Navy's Military Sealift Command (MSC) to L3 Harris, the Original Equipment Manufacturer (OEM), for critical upgrades to the UPS Signal Monitoring circuits and software for the USNS SUPPLY. It notes that only L3 Harris can provide these essential services due to proprietary programming and established protocols critical to the safe operation of the machinery control system, which impacts the safety of the ship and crew. To uphold competition standards, MSC conducted a sources sought notice on SAM.gov, yielding no alternative offers. The J&A cites legal authority for the sole-source action grounded in national defense urgency and the unique nature of the requirements. The anticipated cost is deemed fair and reasonable, and for now, MSC has no plans to seek non-OEM suppliers for similar future contracts, although it will reassess should new potential sources arise. This document reflects the government's commitment to maintaining operational integrity of critical naval systems while navigating procurement regulations.