Diesel Engine Parts and Services
ID: N3220525R0010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

DIESEL ENGINES AND COMPONENTS (2815)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for a multiple award indefinite delivery indefinite quantity (IDIQ) contract for diesel engine parts and services. This procurement aims to maintain diesel engines across various MSC classes of ships, requiring a broad range of parts and services from original equipment manufacturers (OEMs), authorized dealers, and MSC-approved non-OEM providers. The contract, valued at a shared ceiling of $759 million, is crucial for ensuring the operational readiness and safety of the fleet, with an anticipated performance period from May 21, 2026, to May 20, 2031. Proposals are due by October 31, 2025, at 12:00 P.M. Eastern Time, and interested parties can direct inquiries to Susan Moomaw or Timothy Lewis via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) requires a broad range of parts and services for maintaining diesel engines across its fleet. This Indefinite-Delivery Indefinite-Quantity (IDIQ) contract will cover materials, parts, and services from Original Equipment Manufacturers (OEMs), authorized OEM dealers, or MSC-approved non-OEM providers. The scope includes overhauls, inspections, repairs, parts procurement, storage, and various engineering and administrative support tasks for specific diesel engine types. Key personnel, including a Contractor Liaison and Factory Certified Technicians, must meet experience and certification requirements. All work and parts must adhere to OEM and MSC technical standards, with a focus on quality assurance, timely delivery, and compliance with regulations. Performance will be monitored through a Quality Assurance Surveillance Plan, with penalties for non-conformance. This contract ensures continuous support and maintenance for MSC's critical diesel engine systems, enhancing fleet readiness and operational safety.
    This Performance Work Statement (PWS) outlines the U.S. Military Sealift Command's (MSC) requirements for maintaining diesel engines across its fleet. The contract covers a broad range of parts and services from original equipment manufacturers (OEMs), authorized OEM dealers, and MSC-approved non-OEM providers. The scope includes overhauls, repairs, remote support, parts procurement, storage, and training. Key personnel, including a Contractor Liaison, Factory Certified Technicians, and a Program Manager, must meet specific experience and certification requirements. All parts must be OEM-made, and labor can be OEM or MSC-approved non-OEM. The PWS details quality assurance, delivery, warranty, and performance standards, with strict compliance to federal regulations. It also specifies procedures for task and delivery orders, including quoting, material shipping, and invoicing. The contract is an Indefinite-Delivery Indefinite-Quantity (IDIQ) type, with a focus on firm-fixed-price orders. Performance will be evaluated via the Contractor Performance Appraisal Reporting System (CPARS).
    This Performance Work Statement (PWS) outlines the requirements for maintaining diesel engines on Military Sealift Command (MSC) ships. The government seeks original equipment manufacturers (OEMs), authorized OEM dealers, and MSC-approved non-OEM providers for parts and services, including overhauls, inspections, repairs, and training. Key personnel, such as Contractor Liaisons and Factory Certified Technicians, must meet specific experience and certification standards. All parts must be OEM-made or approved, and a Quality Management System (QMS) certified to ANSI/ISO/ASQ 9001-2015 is required. The contract is an Indefinite-Delivery Indefinite-Quantity (IDIQ) type, with task and delivery orders defining specific work. Performance will be monitored through a Quality Assurance Surveillance Plan (QASP) and documented in Contractor Performance Appraisal Reporting System (CPARS) reports. Travel, subcontractor use, technical manuals, and warranty provisions are also detailed.
    The Use and Non-Disclosure Agreement (NDA) for Government Technical Data outlines the terms under which an "Offeror" can access sensitive technical data and software related to MSC Vessels. This agreement, designed for federal government RFPs like solicitation N3220525R0010, mandates that the Offeror use the data solely for proposal preparation and contract performance. Key obligations include complying with dissemination and export controls, establishing organizational safeguards to prevent unauthorized disclosure, and ensuring all subcontractors sign similar NDAs. The Offeror must not copy, reproduce, or distribute the data without explicit written authorization and is responsible for returning or destroying all copies upon contract award to another entity or completion of work. Additionally, the Offeror agrees to cooperate in recovering improperly released data and reimburse the Government for any damages resulting from unauthorized disclosure.
    The Military Sealift Command (MSC) has issued a combined synopsis/solicitation (N3220525R0010) for commercial products and services, specifically for Diesel Engine Services, Supplies, and Time and Material. This Request for Proposals (RFP) is not set aside for small businesses and targets NAICS code 333618 with a size standard of 1,500 employees. The Government plans to award a Firm-Fixed Price (FFP) Multiple Award (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a shared ceiling of $759 million, expected by May 20, 2026. The contract's anticipated period of performance is May 21, 2026, to May 20, 2031. Proposals are due by October 31, 2025, 12:00 P.M. Eastern Time, and must include completed solicitation documents, Exhibit B (Rate Table) with 5-year pricing, an Authorized Distributor/Service Provider Letter (if applicable), Attachment 2 (Non-Disclosure Agreements), and Exhibit C (Applicable Provisions and Clauses). The evaluation will primarily focus on price reasonableness. Contact information for inquiries is provided.
    The Military Sealift Command (MSC) has issued a combined synopsis/solicitation (N3220525R0010) for commercial products and services, specifically Diesel Engine Services, Supplies, and Time and Material. This Request for Proposals (RFP) is a limited-sources procurement for a Firm-Fixed Price (FFP) Multiple Award (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a shared ceiling of $759 million. The anticipated period of performance is from May 21, 2026, to May 20, 2031. Proposals are due by October 31, 2025, at 12:00 P.M. Eastern Time, and questions must be submitted by October 3, 2025. Evaluation will be based solely on price reasonableness. Offerors must submit a completed solicitation, including a 5-year pricing table (Exhibit B), an Authorized Distributor/Service Provider Letter, Non-Disclosure Agreements (Attachment 2), Applicable Provisions and Clauses (Exhibit C), and, if applicable, a Subcontracting Plan.
    This document outlines the data requirements for MSC Diesel Engine Support, specifying eight data items (A001-A008) that contractors must submit. These include: Overhaul Completion Reports (A001) within seven days of completion, detailing inspections, repairs, and certifications; Condition Found Reports (CFR) (A002) for abnormal conditions, requiring verbal notification within two hours and a written report within 24 hours; Engine Start-Up Certifications (A003) within one day of work completion; Monthly Outstanding DO/TO Reports (A004) to track deliveries; Technical Bulletin Updates (A005) within 48 hours of occurrence; Shipboard Departure Sign-Offs (A006) obtained from the MSC PPE before leaving the job site; a Contractor's Quality Assurance Plan (A007) submitted biennially; and Resumes and supporting documentation (A008) within three business days upon request. The reports ensure quality, compliance, and timely communication regarding maintenance, repairs, and project status.
    This government file outlines instructions and pricing requirements for federal government RFPs, specifically for parts and services related to various engine types. It mandates Original Equipment Manufacturers (OEMs) to provide five-year pricing for all parts, excluding shipping costs, and to submit proposals using a standardized Exhibit B – Rate Table. Exceptions are noted for certain OEMs regarding specific part types (e.g., MAN Energy Solutions, LLC for ALCO 251 parts, Fairbanks Morse, LLC for 51/60, 32/44, 25/30, and 20/27 parts, and MSC approved Non-OEM service providers for parts pricing). The document details categories for both Firm Fixed Price and Time and Material labor hours for services, including shop, shipboard, and program management roles across five ordering periods. A comprehensive list of parts with NAVSEA P/N, Catalog P/N, description, and applicable engine types (e.g., 48/60A, 12V48/60CR) is provided, along with exchange/repair options for key components like cylinder heads, fuel pumps, and pistons.
    This government file outlines various federal and defense acquisition regulations (FAR and DFARS clauses) incorporated by reference and in full text for commercial product and service contracts. Key provisions cover gratuities, system for award management, safeguarding contractor information, small business growth and subcontracting, Buy American and Trade Agreements acts, and prohibitions against certain foreign-made products or services (e.g., Russian fossil fuels, foreign-made unmanned aircraft systems, covered defense telecommunications equipment, ByteDance applications, Kaspersky Lab products). The document also details contractor responsibilities regarding ethical conduct, whistleblower rights, antiterrorism training, and reporting requirements for executive compensation and supply chain security. Specific clauses address labor standards, equal opportunity, environmental protection, and payment procedures. Offerors are required to make representations and certifications, particularly concerning supply chain security, country of origin for products, and responsibility matters, with detailed disclosure requirements for non-compliance.
    This document outlines federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated into government contracts, focusing on various compliance requirements. Key areas include supply chain security, prohibitions on specific foreign technologies and entities (e.g., Russian fossil fuels, foreign-made unmanned aircraft, ByteDance, Kaspersky Lab), and restrictions on telecommunications equipment from certain sources. The document also addresses small business utilization, equal opportunity for veterans and individuals with disabilities, and labor standards. Contractors must make representations and certifications regarding these requirements, including adherence to Buy American acts and restrictions on business operations with certain regimes. Additionally, it details contractor responsibilities for safeguarding covered defense information and reporting cyber incidents. Specific clauses cover financial transparency, whistleblower protections, and environmental regulations like ozone-depleting substances and sustainable products. The document also provides a statement of equivalent rates for federal hires and defines terms related to various business classifications and compliance aspects.
    This document addresses various questions related to a government Request for Proposal (RFP), focusing on technical specifications, pricing, and program execution. Key points clarify that missing documentation for part numbers in "Tab 1, 4.1" means the question cannot be answered. The government assures that pricing fairness can be determined even if the Bureau of Labor Statistics website is unavailable due to a shutdown. The contractor is responsible for seeding and funding the unit exchange program, with quantities determined at the task order level. Freight costs (CONUS/OCONUS) for parts are outlined in Exhibit B. Storage requirements and engineering support for training guides will be detailed at the task/delivery order level, with specific labor rates from Exhibit B applying. The government expects contractors to identify and price parts based on provided numbers in Exhibit B, even for complex assemblies and when updated part numbers are requested to align with OEM technical manuals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Buyer not available
    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.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Buyer not available
    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.
    28--PARTS KIT,DIESEL EN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Diesel Engines, specifically NSN 2815015477419. The solicitation includes a requirement for 86 units to be delivered within 90 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. This procurement is crucial for maintaining operational readiness and support for various military applications, with items to be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    28--PARTS KIT,DIESEL EN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Diesel Engines, specifically NSN 2815015329543. The contract will involve the delivery of 77 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 11 units. This procurement is critical for maintaining operational readiness and support for various military applications, with deliveries expected to various CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Diesel Engine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA LAND WARREN), is soliciting offers for the procurement of 11 diesel engines (NSN: 2815-01-559-2661, Manufacturer Part Number: 0100-4046-FRS), with an option for an additional 11 units. This Firm Fixed Price supply contract requires that offers be submitted electronically, and all proposals must adhere to military packaging and marking standards, including RFID tagging and Unique Item Identification (UII). The engines are critical for military operations, emphasizing the need for reliable and compliant supply chain management. Interested parties should note that the solicitation closing date has been extended to December 12, 2025, at 5:00 PM, and must acknowledge receipt of the amendments to ensure their offers are valid. For further inquiries, contact John P. Moses at john.moses@dla.mil or call 385-591-0890.
    Engine, Diesel
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of 50 diesel engines (NSN: 2815-01-665-5724, Part Number: 80085426) under a firm-fixed-price contract. This acquisition is critical as it represents an End of Life buy for the specified diesel engine, which is essential for various military applications. The solicitation has been amended to extend the closing date for offers to December 12, 2025, at 5:00 PM, and all proposals must be submitted via email to Contract Specialist Erin Bryant at erin.bryant@dla.mil. Interested parties should ensure compliance with stringent packaging and preservation standards, as outlined in the Special Packaging Instruction, and must acknowledge receipt of the amendment to have their bids considered.
    ENGINE, DIESEL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of diesel engines under the contract titled "ENGINE, DIESEL." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 90 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with Government Source Inspection (GSI) requirements. The diesel engines and components are critical for various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should direct inquiries to Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil, with the expectation of a bilateral award process upon acceptance of the quote.
    28--PARTS KIT,DIESEL EN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement of a Parts Kit for Diesel Engines, specifically NSN 2815012484992. The requirement includes a quantity of 147 units to be delivered to DLA Distribution Red River within 168 days after order (ADO). This procurement is critical for maintaining operational readiness and support for military vehicles and equipment that rely on diesel engines. 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.
    28--REPAIR KIT,DIESEL E
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a Repair Kit for Diesel Engines, specifically NSN 2815016634201. The requirement includes a quantity of 27 units to be delivered to DLA Distribution Red River within 102 days after order (ADO). This procurement is critical for maintaining operational readiness and ensuring the functionality of diesel engine equipment used by military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    28--PARTS KIT,DIESEL EN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Diesel Engines, specifically NSN 2815015329527. The requirement includes a quantity of 1,097 units to be delivered to DLA Distribution Red River within 71 days after the order is placed. This procurement is critical for maintaining operational readiness and support for military vehicles and equipment that rely on diesel engines. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.