Landing Craft Air Cushion (LCAC) Shaft Repairs
ID: N0024425Q0072Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the repair of 16 Landing Craft Air Cushion (LCAC) Shafts to Thermal Spray Solutions, Inc. This procurement aims to sustain the operational capabilities of Assault Craft Unit-5 (ACU-5) at MCB Camp Pendleton, as the LCACs are critical for conducting various amphibious operations and supporting the warfighter. The anticipated award date for this firm fixed price contract is on or before February 14, 2025, with capability statements due by 8:00 AM PST on February 6, 2025. Interested parties should submit their capability statements via email to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no telephone requests will be honored.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines and Installation Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the procurement of Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines and Installation Kits. This presolicitation opportunity focuses on acquiring essential components for the operation and maintenance of LCAC vessels, which play a critical role in amphibious operations and logistics support for the Navy. The place of performance for this contract will be in Indianapolis, Indiana, and interested parties can reach out to Derek Shirley, Contract Specialist, at derek.s.shirley.civ@us.navy.mil or 202-781-3932, or Linda C. Squires, Contracting Officer, at linda.c.squires.civ@us.navy.mil or 202-781-3942 for further details. The NAICS code for this opportunity is 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing.
    LHA Class Ship - LLTM Various SSDG Parts
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to negotiate a sole source purchase order with Fairbanks Morse Defense for the manufacture and provision of various replacement parts for the Number 3 Ship's Service Diesel Generator (SSDG) aboard an LHA Class Ship. These replacement parts must be compatible in fit, form, and function with the existing SSDG, and Fairbanks Morse is identified as the only source capable of supplying these specific components. This procurement is critical for maintaining the operational readiness of the ship's power systems, ensuring reliability and safety. Interested vendors are invited to submit documentation of their capabilities by email to Jamie Devera and Cynthia Urias by 11:00 AM Pacific Time on March 14, 2025, with all submissions needing to comply with current System for Award Management certifications.
    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.
    Repair of LCS-1 Waterjets & Impeller Drive Shafts
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors for the repair of LCS-1 waterjets and impeller drive shafts. This procurement aims to ensure the maintenance and operational readiness of critical mechanical power transmission equipment, which is vital for the performance of naval vessels. The work will take place in Walpole, Massachusetts, and interested parties can reach out to Michaela Del Rossi at Michaela.C.Delrossi.civ@us.navy.mil or by phone at (267) 889-6916 for further details. The presolicitation notice indicates that the contract will be awarded based on qualifications and past performance, with no specific funding amount disclosed at this time.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    10--TAILCONE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two Tailcone Assemblies under a sole source contract with L3 Harris Technologies Inc. The specific requirement involves the repair of NSN 7R-1095-016106975-FA, with no available drawings or data for alternative sourcing, as L3 Harris is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals due within 45 days of the presolicitation notice. Interested parties can submit their capabilities and qualifications via email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil, with an anticipated award date in July 2025.
    In-Service Submarine Propeller and Propulsor On-Site Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for on-site repair services of in-service submarine propellers and propulsors. The objective is to procure services that support repairs for submarine propellers and propulsors that have been damaged either during service or while in storage, as detailed in the attached draft statement of work. This initiative is crucial for maintaining the operational readiness and efficiency of the Navy's submarine fleet. Interested parties are required to submit capability statements by 4:30 PM on March 26, 2025, to Contract Specialist Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil, with the subject line specified in the notice. Please note that this request is for market research purposes only and does not constitute a request for proposal.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.