USNS MCLEAN FUEL PURIFIER BOWL
ID: N3220524Q2137Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a Purifier Bowl (P/N 2048-6600-100) specifically for the USNS William McLean (T-AKE 12). This procurement is critical due to the urgent need for a repair part that is exclusively supplied by GEA Mechanical Equipment US, Inc., as they hold proprietary rights over the necessary designs and drawings. The anticipated cost for this procurement is $49,985, with a required delivery date of September 12, 2024, necessitating proposals to be submitted by 10:00 AM EDT on September 18, 2024. Interested vendors can reach out to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The Military Sealift Command (MSC) has issued a combined synopsis and solicitation notice under solicitation number N3220524Q2137, requesting quotes for a specific commercial product, the Purifier Bowl P/N 2048-6600-100, with a quantity of one unit. This procurement is not set aside for small businesses, and the applicable NAICS code is 333310. The anticipated delivery date is set for September 12, 2024, with delivery to a designated warehouse in Norfolk, VA. Quoters must submit their proposals by 10:00 AM EDT on September 18, 2024. The submission should include not only pricing details but also technical specifications to verify compliance with the solicitation requirements. Evaluation will focus on the technical capability and pricing of the submissions, with contracts awarded to the lowest priced technically acceptable offeror. The document outlines several federal acquisition regulations and clauses pertinent to the contract, with specific instructions for proposal submissions, evaluation criteria, and compliance with laws regarding telecommunications and service standards. Proper packaging and labeling for delivery are also emphasized. This solicitation exemplifies a typical process in federal contracting for commercial products and services.
    This memorandum addresses the justification for using a non-competitive procurement process for the acquisition of a repair part required for the USNS William McLean (T-AKE 12). According to Federal Acquisition Regulation (FAR) guidelines, such procurement is permissible when only one responsible source is available. The required item, a bowl for fuel or lube oil separators, is exclusively supplied by GEA Mechanical Equipment US, Inc., due to their proprietary rights over the relevant designs and drawings. The memorandum details that the urgency of the requirement is critical; one fuel oil purifier has failed, and further failure could result in a power loss for the vessel. The anticipated procurement cost is $49,985, with a required delivery date set for September 12, 2025, necessitating an extended lead time of 11 months to secure the parts. Certifications and approvals from technical and contracting personnel affirm the accuracy of the justification for limited sourcing due to urgency and the proprietary nature of the supply. This document exemplifies the government's method to streamline acquisition processes while ensuring necessary operational readiness for naval assets through justified non-competitive procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is seeking quotes for the procurement of actuator assemblies for the USNS William McLean (T-AKE 12). This procurement involves a firm-fixed price purchase order for various components, including motors, actuators, limit switches, and modular control packages, with a delivery deadline set for May 30, 2025. The goods are critical for maintaining operational readiness and safety of military vessels, emphasizing the importance of compliance with federal procurement regulations. Interested vendors must submit their price quotes by September 24, 2024, and can contact Darius Swift at darius.swift.civ@us.navy.mil or James Parker at james.parker5@navy.mil for further information.
    SSU24-049 USNS CARL BRASHEAR (T-AKE7) REVERSE OSMOSIS UNIT TROUBLESHOOT AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of the Reverse Osmosis Unit onboard the USNS CARL BRASHEAR (T-AKE7) under solicitation number N4044624Q0011. The procurement aims to address operational failures, including malfunctioning alarms and fuse blowouts, requiring the contractor to perform diagnostics, replace defective components, and ensure compliance with safety protocols. This contract is critical for maintaining essential shipboard systems and ensuring operational readiness, with the performance period scheduled from September 24 to 30, 2024, at Naval Base Guam. Quotations are due by 1800 EDT on September 21, 2024, and interested parties should contact Geré Bamba at gere.a.bamba.civ@us.navy.mil for further details.
    USNS HENRY KAISER LINE CUTTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the acquisition of two Line Cutter Systems (P/N: LV-60/48R) from Spurs Marine Manufacturing Inc. This procurement is critical for maintaining the operational integrity and safety of naval vessels, as the specified parts are essential for the propulsion system's reliability and overall mission success. The urgency of this requirement is underscored by the potential consequences of operational setbacks, including risks to personnel safety and mission capability. Interested vendors must submit their quotes by September 25, 2024, via email, and ensure compliance with federal acquisition regulations, including the Buy American Act. For further inquiries, contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    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.
    43 - FMS Repair - RESERVOIR, MANIFOLD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of a Reservoir, Manifold, identified by NSN 7R 4320-226270240 and part number 70654-23802-103. The procurement involves a quantity of one unit and is being conducted under an established Basic Ordering Agreement (BOA), as the government lacks sufficient data to engage other sources. This repair is critical for maintaining operational integrity in military applications, and interested vendors must comply with Government Source Approval requirements, submitting necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For inquiries, potential contractors can contact Dana L. Scott at (215) 697-0273 or via email at dana.scott@navy.mil.
    16--PUMP,RESERVOIR,CONT
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a Pump, Reservoir, Cont, specifically NSN 7R-1680-015875601-P8, from Meggitt Defense Systems Inc. This procurement is critical as it involves the acquisition of spare parts necessary for aircraft operations, and Meggitt Defense Systems Inc is the Original Equipment Manufacturer (OEM) with exclusive rights to provide these parts. Interested parties have 15 days to express their interest and capability to meet the requirements, with the solicitation expected to be issued on August 21, 2024, and proposals due by September 21, 2024. For further inquiries, interested organizations can contact Dillon R. Ketterman at dillon.ketterman@navy.mil.
    L3 Harris OEM Integrate New UPS System
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the integration of a new uninterruptible power supply (UPS) system aboard the USNS Supply (T-AOE 6). The procurement involves generating and installing Software Build 28, which includes the incorporation of 18 patches and six new software items necessary for interfacing with the new UPS units on the ship. This project is critical for maintaining the operational integrity of naval systems, as it ensures the safe operation of machinery control systems essential for the ship and crew's safety. Interested contractors must submit their proposals by September 25, 2024, with a delivery and acceptance date set for January 30, 2025. For further inquiries, Shawnda Forbes can be contacted at shawnda.m.forbes.civ@us.navy.mil or by phone at 757-443-5954.
    29--PUMP,FUEL,METERING
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking to procure six units of NSN 7H-2910-016841539 pump components for fuel metering, as detailed in TDP VER 002 and Ref NR 23075074. This specialized equipment is essential for ensuring accurate fuel measurement and management in military applications. The Navy requires these components on a sole-source basis due to the proprietary nature of the data and technology involved, making it uneconomical to procure from additional sources without the necessary rights. Interest and capability statements are welcome within 45 days, while commercial item proposals are due within 15 days. Contact Bryan Crummel for more information.
    PCU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a specific aircraft part, identified by NSN: 7RH 1680 015855260 and P/N: 1-002-0102-1711. The contract requires the successful contractor to furnish, overhaul, repair, test, and inspect the specified item in accordance with detailed specifications and quality requirements, ensuring that all work meets the standards set forth in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested vendors must submit their quotes via email to Anthony Boselli at ANTHONY.BOSELLI@NAVY.MIL by the specified due date, and must also comply with government source approval requirements prior to award.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.