T-AO 187 Propeller and Hub Replacement Parts
ID: N3220525Q2145Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

SHIP AND BOAT PROPULSION COMPONENTS (2010)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 9, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command, is seeking Original Equipment Manufacturer (OEM) propeller and hub replacement parts for the T-AO 187 USNS Lenthall, USNS Patuxent, and USNS Grumman. The procurement includes various components such as hub installation kits and O-rings, with the intention to award a Firm-Fixed Price Purchase Order on a sole source basis to Rolls Royce Marine North America, Inc. This opportunity is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with the necessary parts for effective performance. Interested vendors must submit their proposals electronically by January 9, 2025, with an expected award date of January 23, 2025, and delivery due by March 20, 2025, to Norfolk, Virginia. For further inquiries, potential offerors can contact Sheila Pusey at sheila.l.pusey.civ@us.navy.mil or Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 6:04 PM UTC
The document outlines various clauses incorporated by reference and full text that apply to federal contracts, specifically under the RFP N3220525Q2145. It details compliance requirements related to the System for Award Management, contractor representations, and certifications for commercial products and services. Key clauses address various topics such as combating trafficking in persons, sustainable products, export controls, and subcontract obligations. Packaging and marking instructions for delivery logistics, including adherence to international standards for wood packaging, are specified. Additionally, the document includes detailed Wide Area Workflow (WAWF) payment instructions crucial for electronic invoicing. Furthermore, it highlights the necessary security protocols for ship and base access, emphasizing the importance of proper vendor identification prior to contract execution. Overall, the document serves as a comprehensive guide for potential contractors navigating the federal contracting process, ensuring adherence to multiple regulatory and procedural guidelines aimed at maintaining compliance and promoting accountability in government contracts.
Dec 31, 2024, 6:04 PM UTC
The Military Sealift Command has issued a combined synopsis and solicitation (Solicitation No. N3220525Q2145) for sourcing various commercial parts and services. The procurement falls under NAICS code 333618 and is not set aside for small businesses. The solicitation outlines the required parts, including hub installation kits and O-rings, totaling various quantities. The Government intends to award a Firm-Fixed Price Purchase Order to Rolls Royce Marine North America, Inc. on a sole source basis, with an expected award by January 23, 2025, and a delivery date of March 20, 2025, to Norfolk, Virginia. Responses to the solicitation are due by January 9, 2025, and must be submitted electronically. Offerors must provide a detailed price quote and relevant certifications, demonstrating they are either OEMs, authorized dealers, or qualified non-OEM vendors. Evaluations will focus on technical acceptance and price reasonableness, with the potential for the Government to request further justification for proposed prices. The document emphasizes compliance with FAR provisions and concludes with contact information for further inquiries. This solicitation reflects the government’s commitment to acquiring necessary parts through competitive processes, aligning with federal acquisition regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
31--SHEAVE ROLLER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the procurement of 35 units of Aircraft Sheave Roller, identified by NSN 1H-3110-015380198-SQ and part number 4491153-52. This procurement is critical as the sheave roller is a component of the Sub Antenna Systems, and the government intends to solicit full and open competition for these spare parts, which are exclusively available from the Original Equipment Manufacturer (OEM). Interested parties must submit their capability statements or proposals by May 6, 2025, with the anticipated award date set for May 21, 2025. For further inquiries, contact Jessica Grzywna at jessica.t.grzywna.civ@us.navy.mil or by phone at (215) 697-5095.
59--ROTOR POSITIONING U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Rotor Positioning Unit (NSN 7R-5990-014606390-V2) specifically for the V22 platform. The procurement involves a sole source solicitation to Woodward HRT Inc, the Original Equipment Manufacturer (OEM), as there are no available drawings or data for this part, and the government does not possess the rights to procure it from other sources. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on April 7, 2025, and a closing date of May 7, 2025. For further inquiries, Rebecca L. Jordan can be contacted via email at rebecca.jordan@navy.mil.
Rotary Type Pump Overhaul Parts USNS Robert Peary
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotations for rotary type pump overhaul parts for the USNS Robert E. Peary (T-AKE 5). This procurement includes essential components such as sealing rings, gaskets, and mechanical seals, which are critical for maintaining the operational capabilities of the vessel. The solicitation, identified by number N3220525Q2320, requires submissions by April 16, 2025, with a delivery deadline for acceptance set for May 22, 2025, at the Norfolk, VA location. Interested vendors should direct inquiries to James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil, noting that this procurement is not set aside for small businesses and has an estimated value of $38,139.48.
28--SEAL, PROPUL SHA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of 10 units of the SEAL, PROPUL SHA, under a firm fixed-price contract. This procurement is critical for maintaining operational capabilities, as the SEAL is a component used in turbine and turbine generator set units, which are essential for various naval applications. Interested vendors must ensure compliance with specific quality assurance and inspection requirements, including the prohibition of mercury contamination, and are required to submit their quotes by April 18, 2025. For further inquiries, potential offerors can contact Vincent Molesky at 717-605-3353 or via email at vincent.molesky@navy.mil.
Propeller Assembly Spare Parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the manufacture and supply of propeller assembly spare parts for its HC-144 Maritime Patrol Aircraft. The procurement aims to sustain the operational readiness of these aircraft, which utilize specific components identified by part number 782750-14, and require all parts to be new with FAA traceability to the Original Equipment Manufacturer, Hamilton Sundstrand Corporation. Interested vendors are encouraged to provide detailed capability statements, including company information, product specifications, lead times, and any relevant certifications, with responses due by April 30, 2025, at 12:00 p.m. EST. For inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03825IL0000005.
28--SEAL, PROPUL SHA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair and modification of the SEAL, PROPUL SHA, with a National Stock Number (NSN) of 7HH 2825 013919808, requiring a quantity of 19 units. The procurement involves a firm-fixed price contract for the complete repair of the specified item, which is critical for maintaining operational capabilities in naval applications. Interested contractors must submit their quotes by April 18, 2025, and are encouraged to include details regarding repair pricing, turnaround times, and any exceptions to the solicitation requirements. For further inquiries, potential bidders can contact Vincent Molesky at 717-605-3353 or via email at VINCENT.MOLESKY@NAVY.MIL.
SHAFT,INTERMEDIATE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the SHAFT, INTERMEDIATE, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide a firm-fixed price for the repair, adhering to specific turnaround times and quality standards, including MIL-STD packaging and government source inspection. This opportunity is vital for maintaining operational readiness within the Navy's fleet, and interested contractors must submit their quotes by April 11, 2025, to the primary contact, Darian Holley, at darian.m.holley.civ@us.navy.mil, or by phone at 717-605-1339.
LM2500 Non-OEM Single Crystal SST HPT Kits
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center - Philadelphia Division (NSWCPLD), is seeking proposals for the procurement of two LM2500 Non-OEM Single Crystal SST HPT Kits. The contract will be awarded on an unrestricted basis to a single offeror who meets the specifications outlined in the solicitation, with the award based on the lowest priced, technically acceptable proposal. These kits are critical components for gas turbines and jet engines, playing a vital role in the operational capabilities of naval vessels. Interested parties should note that the anticipated date for the Request for Quotation (RFQ) posting is around May 2025, and inquiries can be directed to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil.
V-22 AE1107C Production and Spare Engines
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source follow-on contract to Rolls-Royce Corporation for the production and supply of AE1107C engines and spare parts for the V-22 Osprey Tiltrotor Aircraft. This procurement aims to secure an estimated ten production engines and five spare engines over a two-year period, from FY2025 through FY2026, with the possibility of extension based on funding or operational needs. The AE1107C engines are critical for the operational capability of the V-22 aircraft, and Rolls-Royce is uniquely qualified to fulfill this requirement due to its exclusive design and manufacturing rights. Interested parties seeking subcontracting opportunities can contact Ms. Nicola Baker at Nicola.Baker@Rolls-Royce.com for further information.
20--HUB AND CYLINDER AS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of HUB AND CYLINDER AS components through a firm-fixed-price contract. This procurement aims to fulfill specific quality and design requirements, ensuring that the items meet the standards set forth by the Navy, including compliance with applicable military specifications and standards. The HUB AND CYLINDER AS components are critical for ship and boat propulsion systems, underscoring their importance in maintaining naval operational capabilities. Interested vendors must submit their proposals via NECO or email to the primary contact, Alexander Craft, at alexander.craft@navy.mil, with a focus on demonstrating their status as authorized distributors of the original manufacturer's items. The contract details and requirements are outlined in the solicitation, which emphasizes the need for adherence to quality assurance and inspection protocols.