USNS ROBERT E. PEARY Lube Oil Purifier Module
ID: N3220524Q2064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS (4330)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure a Lube Oil Purifier Module for the USNS Robert E. Peary, a T-AKE class vessel. This procurement is critical for maintaining operational efficiency and compatibility with existing equipment on the ship, emphasizing the urgency and necessity of the item due to its specific technical requirements. The anticipated delivery date for the module is July 31, 2024, with a total expected award value to be determined, and interested vendors must submit their quotations by September 17, 2024. For further inquiries, potential bidders can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis and solicitation for commercial products and services, detailed under solicitation number N3220524Q2064. This Request for Quotes (RFQ) does not carry a Defense Priorities and Allocation System rating. The solicitation targets two specific items: a valve assembly and a separator, both required from GEA Mechanical Equipment US, Inc., with delivery expected by September 30, 2024, at a specified Norfolk, VA location. Quotes are due by August 27, 2024, and must adhere to FAR and DFARS guidelines, including a preference for small businesses. Offerors must provide a detailed price quote, technical descriptions, and additional certifications as part of their submission. Evaluation criteria will focus on the technical capability of the quoted items and price, with awards given to the lowest priced technically acceptable quoter. The document also includes numerous Federal Acquisition Regulation (FAR) clauses applicable to the contract. Proper packaging, marking, and shipping protocols for the equipment are mandated to ensure compliance with DOD standards. This initiative illustrates the government's commitment to efficiently procure specialized equipment while adhering to established procurement standards.
    The Military Sealift Command issued a combined synopsis/solicitation notice (Solicitation number N3220524Q2064) pursuant to FAR Subpart 12.6 for commercial products and services. The procurement involves two items from GEA Mechanical Equipment US, Inc.: a complete valve assembly and a centrifugal separator, with a total expected award of a firm-fixed price purchase order. Delivery is required at Norfolk, VA, by September 30, 2024. The notice outlines the required submission package for quotations, including pricing, delivery timelines, and technical specifications, and highlights that responses are due by September 17, 2024. Evaluation of quotes will focus on technical capability and price, aiming for the lowest priced technically acceptable offeror. The solicitation includes various federal acquisition clauses that contractors must comply with, including those addressing telecommunications equipment, labor standards, and safety assurances. The document reflects the government's commitment to transparency and competition in procurement, particularly prioritizing small businesses in designated contexts. Overall, it serves as a guide for potential vendors on compliance and submission standards for this government contract.
    This memorandum outlines the justification for using other than full and open competition for an acquisition under the simplified acquisition threshold, specifically for the procurement of a valve assembly from GEA Mechanical Equipment US, Inc. The document references FAR 13.106-1(b)(1)(i), indicating that the contracting officer can solicit from a single source when determined necessary by circumstances such as urgency or exclusive licensing. The specific item required is essential for the operation of existing equipment on T-AKE class ships, highlighting the critical need for compatibility and the inability of alternatives to meet rigorous technical specifications. The urgent delivery requirement by July 31, 2024, underscores the potential mission impact if the item is not acquired promptly. Furthermore, the memorandum discusses the reasons for limited competition, including proprietary rights of the manufacturer and critical standardization needs. The anticipated value of the procurement is also noted, reinforcing the procedural adherence for government contracts. Overall, this document emphasizes both the necessity and justification for limiting the acquisition process to a single vendor due to operational requirements and legal protections afforded to proprietary manufacturers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.
    USNS HARVEY MILK_ Pump Overhauls_ Sole Source (Defense Maritime Soultions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts for the USNS Harvey Milk (T-AO 206) from Defense Maritime Solutions Inc. This procurement is a sole source acquisition focused on essential components such as ball bearings, cartridge seals, and bushings, which are critical for the operational readiness of the vessel. The urgency of this acquisition is underscored by the need for compatibility with existing equipment and the proprietary nature of the items, as Defense Maritime Solutions is the Original Equipment Manufacturer (OEM) for life rafts designed for T-AO vessels. Quotations are due electronically by September 19, 2024, with delivery expected by December 1, 2024. Interested parties can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further information.
    Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is seeking quotes for the procurement of actuator assemblies for the USNS William McLean (T-AKE 12). This procurement involves a firm-fixed price purchase order for various components, including motors, actuators, limit switches, and modular control packages, with a delivery deadline set for May 30, 2025. The goods are critical for maintaining operational readiness and safety of military vessels, emphasizing the importance of compliance with federal procurement regulations. Interested vendors must submit their price quotes by September 24, 2024, and can contact Darius Swift at darius.swift.civ@us.navy.mil or James Parker at james.parker5@navy.mil for further information.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    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 MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    Rolls Royce Replacement Parts Requirement
    Active
    Dept Of Defense
    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.