SOLE SOURCE OEM ROLLS-ROYCE SOLUTIONS AMERICA INC MTU TRAINING COURSES
ID: N0040625QS080Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure sole source OEM training courses from Rolls-Royce Solutions America Inc. for MTU systems. This firm fixed-price service contract aims to provide specialized training for Navy personnel, focusing on diesel engines and engine control systems, with sessions scheduled for June and August 2025, and options for up to five additional years. The training is critical for enhancing the operational capabilities of the Navy Region Northwest's Port Operations Department. Interested offerors must submit their quotes by April 18, 2025, at 1200 PDT, and all inquiries should be directed to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Wage Determination under the Service Contract Act (SCA), issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations within federal contracts, particularly in Kitsap County, Washington. It stipulates that contracts awarded on or after January 30, 2022, must pay workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour unless otherwise specified. The document lists specific wage rates for numerous occupations, such as administrative support, automotive service, and healthcare roles, alongside required fringe benefits including health and welfare payments. Additionally, it highlights provisions related to paid sick leave under Executive Order 13706, applicable to contracts post-2017, and outlines the conformance process for unlisted job classifications in federal contracts. The emphasis is on ensuring compliance with federal wage standards and protecting worker rights within government contracting frameworks.
    The solicitation outlines a contract for the procurement of MTU courses training, provided by Rolls-Royce Solutions America Inc., to support the Navy Region Northwest's Port Operations Department. The services include training for four students in specific courses focused on diesel engines and engine control systems, scheduled for June and August 2025, with options available for up to five additional years. Interested offerors must submit their quotes, ensuring compliance with solicitation terms and conditions, and note any exceptions. Evaluation will consider price, delivery, and past performance, with the option for a single comprehensive award. The document emphasizes the requirement for detailed course specifications, materials, and necessary documentation to facilitate successful training, thus ensuring alignment with the Navy's operational needs. The contracting process also stipulates the use of electronic invoicing, underlining the importance of efficient and compliant transaction handling in government acquisitions.
    Lifecycle
    Similar Opportunities
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    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.
    Engine, Diesel
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking a sole source procurement for diesel engines, specifically the Engine, Diesel with NSN 2815-01-412-2715, from Rolls Royce (CAGE 72582). The contract will require a minimum quantity of 208 units, with an option for an additional 1,425 units, and will be awarded as a firm fixed price contract. These diesel engines are critical components for military vehicles and equipment, ensuring operational readiness and reliability. The solicitation is expected to be released on or about December 26, 2024, and interested parties can download the solicitation from SAM (www.sam.gov). For inquiries, contact Kay Lynn Machacek at kay.machacek@dla.mil.
    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.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    ENGINE, DIESEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of diesel engines under the title "ENGINE, DIESEL." The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 239 days, with all repair work adhering to specified quality standards and operational requirements. These diesel engines are critical components for various military applications, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further inquiries directed to the provided contact number.
    RIGHT TRAINING HDL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the RIGHT TRAINING HDL, which falls under the NAICS code 336612 for Boat Building and PSC code 2040 for Marine Hardware and Hull Items. The contract requires adherence to specific quality assurance standards, including MIL-I-45208 and ISO certifications, and emphasizes the importance of item unique identification and valuation, as well as inspection and acceptance protocols. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring that all materials supplied are free from mercury contamination and meet stringent quality requirements. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.