Vibration Analysis
ID: N0040625QS009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking qualified personnel to conduct vibration analysis on four air conditioning plants located in the Auxiliary Machinery Room of a naval ship. The primary objectives include troubleshooting vibration issues, inspecting oil coolers, correcting alignment problems, and providing a detailed service report to the Principal Port Engineer and Chief Engineer upon completion of the work scheduled from April 28 to May 11, 2025, in Chinhae, South Korea. This procurement is critical for ensuring the operational integrity of shipboard air conditioning systems while adhering to safety protocols, particularly due to the presence of high voltage electrical systems. Interested parties can reach out to Amber Hess at amber.e.hess3.civ@us.navy.mil or Heidi Miller at heidi.r.brennan.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines a request for Trident Maritime to conduct vibration analysis on four air conditioning plants located in the Auxiliary Machinery Room of a naval ship, scheduled from April 28 to May 11, 2025, in Chinhae, South Korea. The key tasks include troubleshooting vibration issues, inspecting oil coolers, correcting alignment problems, and providing a detailed service report to the Principal Port Engineer and Chief Engineer upon completion. Safety protocols are emphasized due to the presence of high voltage electrical systems, instructing personnel to adhere strictly to safety guidelines and verify that electrical cables are de-energized before work begins. The document specifies that there are no government-furnished materials or additional quality assurance requirements. Overall, the RFP seeks qualified personnel to ensure the operational integrity of shipboard air conditioning systems while maintaining safety and compliance standards.
    Lifecycle
    Title
    Type
    Vibration Analysis
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    On-Site Contractor support for 5000 – Hour Overhaul on C-STAR-200C, Low Pressure Air Compressor’s
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking contractor support for a 5000-hour overhaul of the C-STAR-200C Low Pressure Air Compressors. This procurement aims to ensure the operational readiness and reliability of critical air compressor systems used in naval operations. The services will be performed in Japan, highlighting the importance of maintaining equipment in proximity to operational theaters. Interested contractors should reach out to Regel Agahan at regel.agahan@navy.mil for further details regarding this presolicitation opportunity.
    MPAC Medium Pressure Air Compressor maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting maintenance services for the Medium Pressure Air Compressor (MPAC) system at the Shore Intermediate Maintenance Activity in Sasebo, Japan. This procurement is a sole source requirement, exclusively available to certified distributors and authorized service technicians from Sauer Compressors USA, emphasizing the need for specialized expertise in maintaining critical military equipment. The contract will be a firm, fixed-price agreement, with evaluations based on technical acceptability, past performance, and price competitiveness, ensuring compliance with safety and environmental regulations. Interested parties can contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, with the solicitation posted on January 23, 2025.
    Hankook Vertical Turning Centers (VTC)
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance and service of two Hankook Vertical Turning Centers (VTC). The procurement requires a certified technician to perform on-site preventive maintenance, repairs, inspections, and software upgrades, ensuring compliance with manufacturer standards and regulations. These services are crucial for maintaining the operational readiness of the U.S. Navy's machinery, with the performance period set from August 28, 2025, to August 27, 2026, during standard business hours. Interested parties should contact Colby Teruya at colby.m.teruya.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil for further details.
    Facility Investment and Management Services for the Regional Maintenance of Emergency Generators and HVAC Equipment
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for facility investment and management services focused on the regional maintenance of emergency generators and HVAC equipment. The procurement aims to ensure the reliable operation and upkeep of critical systems that support military readiness and operational efficiency. These services are vital for maintaining essential infrastructure, particularly in emergency situations where HVAC and generator functionality is crucial. Interested small businesses are encouraged to reach out to Christine Briggs at christine.t.briggs2.civ@us.navy.mil or call 757-341-0090 for further details, while Asia Bracey is available at asia.c.bracey.civ@us.navy.mil or 757-341-1226. This opportunity is set aside for total small business participation under FAR 19.5, with the relevant NAICS code being 811310.
    66--VIBRATION ANALYZER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of vibration analyzers. The procurement aims to ensure the operational readiness of these critical instruments, which are essential for measuring and testing electrical signals in various defense applications. Interested contractors must provide a firm-fixed price quote for the full repair effort, including a teardown and evaluation of the equipment within 90 days of receipt, and must comply with specific quality assurance and packaging standards. For further details, interested parties can contact Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL.
    Shock and Vibration Qualification Testing
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking qualified small businesses to provide Shock and Vibration qualification testing in accordance with NAVSEA Drawings. This procurement is essential for ensuring the reliability and performance of naval equipment under various shock and vibration conditions. The contract will be a Firm Fixed Price, Small Business Set Aside, utilizing Simplified Acquisition Procedures, with interested parties required to submit a DD Form 2345 Joint Certification Program (JCP) Certificate by COB 17 December 2024 to receive the Request for Quotation (RFQ). For further inquiries, potential bidders can contact Karen Morris at karen.l.morris49.civ@us.navy.mil or by phone at 445-227-0069.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    BRAND NAME OEM ROSS HEATER & MANUFACTURING CO. INC. WATER-TO-WATER HEAT EXCHANGER BUNDLE REPLACEMENT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide replacement services for a water-to-water heat exchanger bundle at the US Naval Radio Station (T) Jim Creek in Arlington, Washington. The contractor will be responsible for inspecting, repairing, and replacing the OEM Ross Heater & Manufacturing Co. Inc. part number 433674-001, utilizing a government-provided spare unit, and must be certified for such inspections and repairs. This procurement is critical for maintaining the operational readiness of essential systems, with the contractor required to complete the task within 14 working days after contract award, while coordinating operational testing during scheduled maintenance downtime. Interested parties should contact Walid Aslan at walid.m.aslan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans.civ@us.navy.mil for further details.
    PM Program and Work Orders for the Pump Test Bench Systems at Bldg. YSK-A47
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors to provide preventive maintenance (PM) and work orders for the Pump Test Bench Systems located at Building YSK-A47 in Japan. The procurement aims to ensure the efficient operation of these systems through regular maintenance, repairs, and inspections, thereby minimizing potential breakdowns. This opportunity is critical for maintaining the operational readiness of testing and measurement facilities, which play a vital role in defense operations. Interested firms must submit a Statement of Interest Questionnaire by February 24, 2025, and should note that there will be no reimbursement for costs incurred in response to this announcement. For further inquiries, contractors can contact Satomi Abe at satomi.abe2.ln@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil.
    Actuator Assembly
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of actuator assemblies, specifically targeting women-owned small businesses (WOSBs). The procurement includes detailed specifications for actuator assemblies with designated part numbers, and compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) requirements is mandatory. These actuator assemblies are crucial for various naval applications, ensuring operational efficiency and reliability in marine equipment. Interested contractors should note that the delivery is scheduled for July 14, 2025, to military shipping locations in San Diego, California, and can reach out to Amber Hess at amber.e.hess3.civ@us.navy.mil or Heidi Miller at heidi.r.brennan.civ@us.navy.mil for further inquiries.