BRUNSWICK Fire Pump VSD
ID: N3220525Q2349Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the overhaul of fire pump variable speed drives (VSD) at JEB Little Creek, scheduled for May 15-25, 2025. This procurement requires the original equipment manufacturer, Siemens, to perform the necessary repairs, emphasizing the critical nature of these components for ship safety and operational integrity. The contract will be awarded as a firm-fixed price purchase order, with detailed pricing and technical submissions required by April 30, 2025. Interested vendors should direct inquiries to Tiffany Johnson or Maria A. Morris via the provided contact information.

    Files
    Title
    Posted
    This memorandum outlines the justification for using other than full and open competition for an acquisition related to the repair and overhaul of fire pump variable speed drives (VSD) from Siemens, necessitated by urgent circumstances. According to FAR guidelines, it is stated that purchases below the simplified acquisition threshold may be solicited from a single source if deemed reasonable. The urgency stems from the critical nature of the item, which is essential for ship safety and operational integrity, with a required delivery period of May 15-25, 2025. Siemens is the designated original equipment manufacturer for the VSDs, holding proprietary rights and exclusive licensing agreements that restrict alternative sourcing. The document emphasizes that failure of these VSDs could lead to severe safety hazards aboard the ship. The contract is classified under unusual and compelling urgency, necessitating immediate action to avoid disruption to operations. Overall, this memorandum serves as formal documentation for the requirement to solicit solely from Siemens due to specialized conditions and critical needs regarding ship safety.
    The document outlines the Military Sealift Command's solicitation (N3220525Q2349) for the overhaul of fire pump variable speed drives (VSD) scheduled for May 2025 at JEB Little Creek. This request for quotes (RFQ) is for commercial products and services under NAICS code 811310 and PSC code J020. The Government seeks a firm-fixed price purchase order, with the required delivery to Virginia Beach, VA, by 25 May 2025. Quotations must include detailed pricing, technical submissions, and compliance with the Statement of Work (SOW). Responses are due by 30 April 2025 and should be submitted via email. The Government may negotiate with vendors post-quote submission. Evaluation criteria focus on technical capability and pricing, with Siemens identified as the sole source vendor for this procurement. The document includes various provisions and clauses related to contract requirements, supplier qualifications, and compliance with federal regulations, emphasizing the procurement's significance within government contracting procedures.
    Lifecycle
    Title
    Type
    BRUNSWICK Fire Pump VSD
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for adhering to stringent quality assurance and inspection requirements, with a focus on maintaining traceability and compliance with classified documents. Interested parties must submit their offers by 4:30 PM EST on September 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    59--CIRCUIT BREAKER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure repair services for circuit breakers under a presolicitation notice. The requirement involves the repair of a specific circuit breaker (NSN 7H-5925-015143469, part number 1230C83G11) with a quantity of two units, which are critical components for various weapon systems. This procurement is intended to be sole source with FROMM Electric Supply Corp. as the only known source capable of providing the necessary repair support, as the government does not possess the data or rights to procure from other suppliers. Interested parties must submit their capabilities and qualifications to the primary contact, Taylor Weidman, via email by the specified deadlines, with the solicitation expected to be issued on September 10, 2025, and proposals due by October 9, 2025.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.