Conduct Main engine and SSDG aftercooler core repl
ID: 1333MK25Q0087Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting quotes for the replacement of aftercooler cores on the NOAA Ship Ferdinand R. Hassler. The procurement aims to ensure the operational readiness of the ship's main engines and service diesel generators by removing existing aftercoolers, installing government-furnished replacements, and conducting thorough inspections and cleaning of associated components. This contract, set aside for small businesses under NAICS code 336611, emphasizes the importance of maintaining marine propulsion systems in federal vessels to adhere to safety and performance standards. Interested vendors must submit their quotations by May 14, 2025, and are encouraged to contact Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV for further inquiries.

    Point(s) of Contact
    CANCELA, ALEXANDER
    ALEXANDER.CANCELA@NOAA.GOV
    Files
    Title
    Posted
    The document outlines a government solicitation for a contract aimed at replacing existing aftercooler cores on the NOAA Ship Ferdinand R. Hassler. This is a firm-fixed-price contract set aside for small businesses, specifically under the NAICS code 336611 for shipbuilding and repairing. The request for quotations (RFQ) specifies several documentation requirements for vendors, including their business information, detailed cost breakdowns, a performance plan, and proof of liability insurance. Vendors must also provide evidence of authorization from OEM parts distributors, as well as references from similar projects completed within the past three years. The project’s performance period is defined, with work expected between late June or late August 2025 at the Norfolk, VA facility. The document emphasizes best value assessment based on past experience and pricing, urging vendors to be registered in SAM for consideration. The complex is structured with specific sections detailing terms, conditions, and evaluation criteria, ensuring clarity in expectations and compliance during the bidding process.
    The NOAA Hassler document details a federal contract for replacing aftercooler cores on the NOAA Ship Ferdinand R. Hassler's main engines and service diesel generators. The scope includes removing existing aftercoolers, installing government-furnished replacements, and conducting a thorough inspection and cleaning of associated components. The contractor is required to provide new seals, gaskets, and sealant, ensuring all units operate correctly post-installation. Quality assurance measures include running engines to specific operating conditions without leaks. The work is scheduled for June or August 2025 at the NOAA Marine Operations Command in Norfolk, VA, coordinated by Port Engineer Justin Kusterer. The contract underscores the importance of operational readiness and maintenance of marine propulsion systems in federal vessels, reflecting adherence to safety and performance standards. This RFP exemplifies standard procedures for maritime machinery maintenance and highlights the government's initiative to ensure the efficacy of its maritime fleet.
    Lifecycle
    Title
    Type
    Similar Opportunities
    16--HEAT EXCHANGER,FLUI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of heat exchangers, classified under the NAICS code 336413. The procurement aims to restore these critical components to a Ready for Issue (RFI) condition, ensuring they meet operational standards and reliability requirements for Navy operations. This contract emphasizes the importance of quality assurance, compliance with specific repair standards, and timely turnaround for repairs, with contractors required to submit their quotes by the specified deadline to the primary contact, Michael J. Keith, at michael.j.keith40.civ@us.navy.mil. Interested parties should note that this opportunity does not have a set-aside for small businesses, and the contract will be awarded based on the evaluation of submitted quotes.
    HIGH STAGE PRECOOLE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of High Stage Precooler components, classified under NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. This competitive procurement aims to secure spares for the identified items, with interested vendors required to be NAVSUP WSS and FAA compliant approved sources to participate. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, and vendors must submit firm-fixed price quotes by the specified closing date. For further inquiries, interested parties can contact Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
    44--COOLER,FLUID,INDUST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of an industrial fluid cooler, specifically NSN 4420015028816. The requirement includes a quantity of one unit to be delivered to the USS San Diego (LPD 22) within five days after award. This equipment is critical for maintaining operational efficiency in naval vessels, ensuring proper temperature regulation for various systems. 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 DLA via the provided email address, DibbsBSM@dla.mil.
    36--MANIFOLD,COOLING WA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the repair and modification of a cooling manifold (NSN 7H-3655-007815552). The procurement involves a single source solicitation for one unit, which is deemed uneconomical to reverse engineer or procure from additional sources due to the lack of ownership of necessary data. This cooling manifold is critical for gas generating and dispensing systems, and the contract is set aside for small businesses under the SBA guidelines. Interested parties must respond within 45 days of the presolicitation notice, and all inquiries should be directed to Helen I. Carmelo at (215) 697-0000 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    USNS COMFORT (T-AH 20) Lifeboat/Tender Boat Materials
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking to procure lifeboat and tender boat materials for the USNS COMFORT (T-AH 20) from Fassmer Service America as a sole source vendor. The procurement includes critical parts such as sliding doors, rollers, and screws, which are essential for the repair and maintenance of the lifeboat, ensuring compatibility and operational readiness. The contract is set to be awarded under NAICS code 336612 (Boat Building), with a firm-fixed price purchase order anticipated, requiring delivery by December 5, 2025, to Norfolk, VA. Interested parties must submit their quotes by November 19, 2025, at 10:00 AM EST, via email to Krista Hendricks at krista.a.hendricks.civ@us.navy.mil, and include all required documentation as outlined in the solicitation.
    HG SYSTEM FOR PROPELLER SHAFT SLEEVE APPLICATIONS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a hydrostatic burnishing system for propeller shaft sleeve applications at the Coast Guard Yard in Baltimore, Maryland. The contract requires the provision of a hydraulic unit, quick couplings, and related attachments, with all work to be completed in accordance with the attached Statement of Work within the specified performance period from October 1, 2025, to October 1, 2026. This procurement is critical for maintaining the operational readiness of all classes of Coast Guard vessels. Interested vendors must submit their quotes via email to Erica Gibbs by November 14, 2025, at 9:00 AM (Eastern), and ensure compliance with various FAR clauses outlined in the solicitation documents.
    29--PUMP,COOLING WATER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of cooling water pumps, identified by NSN 2390-01-666-4978. The procurement requires contractors to perform comprehensive repair, overhaul, and inspection in accordance with established technical specifications and manuals, ensuring that all items meet stringent quality and safety standards due to their critical role in shipboard systems. The contract stipulates a repair turnaround time of 90 days and mandates that all repairs be conducted at the contractor's facility, with specific requirements for inspection and acceptance by the government. Interested parties can reach out to Kimberly Flores at 215-697-6549 or via email at kimberly.flores12.civ@us.navy.mil for further details.
    Repair and Overhaul for HC-144 Environmental Controls
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential vendors for the repair and overhaul of environmental control components for the HC-144 aircraft. This sources sought notice aims to identify qualified vendors who possess documented past experience, FAA Part 145 certification, and an Original Equipment Manufacturer (OEM) license to provide the necessary services for specific components manufactured by Hamilton Sundstrand Corporation. The components requiring repair include valves, heat exchangers, and air cycle machines, which are critical for the operational efficiency of the aircraft. Interested vendors must submit their responses by November 30, 2025, at 4:00 p.m. EST, and can direct inquiries to Mr. Dmitri Mercer at Dmitri.E.Mercer@uscg.mil, ensuring to include the Sources Sought 70Z03826IL0000004 in the subject line.
    TRANSIT THE ST LAWRENCE SEAWAY AND WELLAND CANAL
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a qualified port agent to facilitate the transit of the NOAA Ship Thomas Jefferson through the St. Lawrence Seaway and Welland Canal from March 1, 2026, to October 31, 2026. The selected contractor will be responsible for providing English-speaking pilotage, coordinating pilot transfers, managing lock operations, and handling all associated fees and documentation for both upbound and downbound transits. This procurement is crucial for supporting NOAA's hydrographic research activities in Lake Erie and Lake Ontario, ensuring safe and efficient navigation through these waterways. Interested vendors must submit their quotations electronically by November 28, 2025, at 5:00 p.m. ET, to Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV, and are encouraged to submit any questions in writing by November 24, 2025, at 9:00 a.m. ET.
    SHAFT SEAL SERVICE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide shaft seal services for the USCGC Pablo, Valent, located at the Coast Guard Yard in Baltimore, Maryland. The procurement involves the provision of a Technical Representative to build, install, and test two propulsion shaft seals, including the overhaul of existing seals and inspection of components, with all work to be completed by December 10, 2025. This service is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and environmental regulations. Interested vendors must submit their quotes via email to Erica Gibbs by November 14, 2025, at 9:00 AM Eastern, and adhere to the specified requirements outlined in the Statement of Work and applicable FAR clauses.