Rolls Royce Replacement Parts Requirement
ID: N3220524Q2111Type: 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

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document N3220524Q2111 outlines the clauses incorporated by reference and full text for a request for proposal (RFP) relating to commercial products and services. It emphasizes compliance with specific Federal Acquisition Regulation (FAR) clauses concerning various aspects, such as the System for Award Management (SAM), compensation requirements, and prohibitions on certain telecommunications equipment. Critical elements include representation and certifications for offerors, equal opportunity provisions, and subcontracting obligations, aiding in promoting transparency and fair practices. The document conveys that contractors must adhere to packaging and delivery instructions, ensuring compliance with international standards for wood packaging material, indicative of government procurement's adherence to environmental and safety regulations. Key features include strict guidelines for electronic invoicing using the Wide Area Workflow (WAWF) system, ensuring accurate and timely payment processing. By outlining these terms and conditions, the document reinforces the federal government's commitment to ethical contracting practices, compliance with laws, and safeguarding U.S. interests in procurement processes.
    The document outlines the requirements for an overhaul kit necessary for servicing the T-AO 187 Class controllable pitch propeller (CPP) system, emphasizing its critical role in maintaining the ship's maneuverability and operational readiness. The kit is essential for inspecting, cleaning, and testing propeller systems, with failures potentially jeopardizing the ship's mission and safety. Rolls-Royce Marine North America is identified as the sole vendor capable of supplying the required parts due to proprietary rights and exclusive licensing agreements, thus preventing any alternative sources from providing equipment without risking reliability and safety. The document classifies these components as critical ship equipment, vital for national defense missions, and mandates adherence to both regulatory and OEM standards. The propulsion system is noted as a Level 4 critical item, highlighting the importance of using OEM parts to avoid significant risks to the fleet and to comply with U.S. Coast Guard regulations. Overall, the document underscores the necessity of using OEM parts from Rolls-Royce for effective maintenance and operation of crucial military vessels.
    The Military Sealift Command (MSC) issued a combined synopsis and solicitation (RFQ N3220524Q2111) for commercial products and services related to specific ship parts. The procurement is not set aside for small businesses, as it falls under the NAICS code 332999 for fabricated metal products, with a PSC code of 2010 concerning ship and boat propulsion components. The contract will result in a Firm-Fixed Price Purchase Order, intended for sole source allocation to Rolls-Royce Marine, with the expectation of an award by September 30, 2024. Quoters are required to provide their best pricing and all quotes must comply with solicitation requirements, including detailed pricing information for specified items listed. Submissions are due by September 23, 2024. Vendors must verify their status as original equipment manufacturers or authorized dealers, as only certified vendors will be considered. Two criteria will be used for evaluating quotes: technical acceptance (acceptable/unacceptable) and price reasonableness, consistent with federal guidelines. The award will follow specific terms and clauses, and an Other than Full and Open Competition Memo is included to justify the procurement method.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    USNS RAPPAHANNOCK Replacement Engine Steyr SE236E40 Solas
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking proposals from qualified small businesses for the procurement of engine kits and components for the Willard 670 Solas RHIB, under Solicitation Number N4044624Q0009. This opportunity emphasizes the need for comprehensive pricing, delivery estimates, and technical specifications to meet the government's requirements, with a firm-fixed-price purchase order anticipated. The goods are critical for supporting military operations, and the delivery is expected by October 28, 2024, to San Diego, CA. Interested bidders must submit their quotes by 2:00 PM on September 26, 2024, via email to Donnie Leger at donnie.s.leger.civ@us.navy.mil, and adhere to federal regulations regarding small business participation and product sourcing.
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of an Actuator Assembly for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of a specific Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards for existing ship equipment. The delivery of the actuator assembly is required by March 4, 2025, with quotes due by 10:00 AM EDT on September 18, 2024. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
    58--MASP DRIVE, 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 MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares. This procurement is for up to 84 LCAC 100 Class MT7 production engines, 21 engine installation kits, and 20 LCAC 100 Class MT7 spare engines. The contract will be awarded to Rolls-Royce Corporation on a sole-source basis, as they are the sole manufacturer of the LCAC 100 Class MT7 Engine and its installation kits. The procurement will be conducted under FAR Part 12 Commercial Items procedures. Interested companies should contact Rolls-Royce Corporation directly.
    USNS HARVEY MILK_ Seal Cartridge_ Sole Source (Defense Maritime Solutions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts from Defense Maritime Solutions Inc. for the USNS Harvey Milk, specifically focusing on the Main Bilge Pump Assembly. This procurement involves brand-name components, including pressure transmitters and mechanical seals, which are critical for maintaining operational readiness and safety of naval systems. The required delivery date for these items is December 18, 2024, and interested vendors must submit their quotes by September 19, 2024, ensuring compliance with federal acquisition regulations. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil.
    20--PROPULSION UNIT,MAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a propulsion unit for maritime applications, specifically NSN 2010011077454. The solicitation includes two lines, each requiring the delivery of one unit to the DLA Distribution San Joaquin, with deadlines set for 537 days and 240 days after order placement, respectively. These propulsion units are critical components for naval vessels, ensuring operational readiness and effectiveness. Interested suppliers are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    25--PROPELLER SHAFT WITH U
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 97 units of the Propeller Shaft with U, identified by NSN 2520219063957. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of 14 units and an estimated four orders per year, to support military operations requiring vehicular equipment components. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The total funding amount for this contract is capped at $250,000, with delivery expected to various CONUS and OCONUS DLA depots within 159 days after order placement.
    25--PROPELLER SHAFT,VEH
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of the Propeller Shaft, Vehicle (NSN 2520016714301). The procurement includes a total of two lines, with the first line requiring delivery of 14 units within 308 days and the second line requiring 1 unit within 90 days. These components are critical for vehicular equipment, ensuring operational efficiency and reliability in military applications. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and is categorized under the NAICS code 333613 for Mechanical Power Transmission Equipment Manufacturing.