Various Quantities of the McMaster-Carr Brand Plasma Machine Repair Parts, as per attached Brand Name Justification -- Total Small Business Set Aside-- See All Attachments
ID: N61331-24-T-JC34Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, is seeking bids for various quantities of McMaster-Carr brand plasma machine repair parts as part of a total small business set-aside procurement. The objective is to acquire essential components necessary for the Operations Digital Swarm Project, which involves building critical hardware for electric launch motors. These parts are vital for maintaining operational efficiency and compatibility with existing systems, as McMaster-Carr is the only supplier that meets the precise specifications required. Interested vendors must submit their completed bid spreadsheets by September 24, 2024, to Jessica D. Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all line items are filled and adhering to the outlined submission guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a procurement request for various repair parts from McMaster-Carr, aimed at maintaining plasma machines. It lists specific items, part numbers, and required quantities, indicating a comprehensive inventory essential for machine repair. Key components include aluminum sheets, steel accessories, bearings, and sprockets, with a focus on durability and functionality. The request specifies that the responsible vendor must be an authorized reseller of McMaster-Carr products. Overall, the document serves as a formal bid request within the framework of government contracts, showcasing the need for sourcing high-quality materials to ensure operational efficiency and compliance within a government-funded context.
    The document outlines a government contract request for the acquisition of various McMaster-Carr brand Plasma Machine repair parts. It details the specifications for a range of items, including sleeve bearings, aluminum components, steel fasteners, and sprockets, indicating the size and quantity needed for each part. The contract emphasizes the requirement for authorized resellers of McMaster-Carr products. The emphasis is on procuring essential materials necessary for maintaining or repairing plasma machines, which are critical for industrial operations. This request aligns with federal budgeting and procurement procedures, ensuring transparency and compliance with regulations in sourcing equipment vital for operational efficiency.
    The document outlines a Request for Proposal (RFP) for plasma machine repair parts, specifically soliciting bids for various components identified by unique part and item numbers. It lists a total of 47 Contract Line Item Numbers (CLINs), which include diverse items such as aluminum sheets, bearings, steel components, and specialized quick-release pins. Bidders are instructed to provide pricing for all listed CLINs, and the overall bid value is to be considered collectively, rather than individually per line item. Key stipulations include shipping considerations and contact details for inquiries directed to Jessica D. Clark. The bid must cover specified quantities for each item and includes essential details such as unit prices and totals, which must be accurately filled in prior to submission. Overall, the document emphasizes compliance with RFP conditions while ensuring the efficient acquisition of required repair parts for government operations.
    The document outlines the delivery and performance requirements for federal contracts, emphasizing key clauses related to payment processes, contract administration, and compliance with various regulations. It specifies the procedures for submitting payment requests electronically and the importance of clear communication with contract officers. Significant clauses include prohibitions on contracting with entities associated with Kaspersky Lab, certain telecommunications restrictions, and policies to combat human trafficking. Sections define responsibilities of contracting officers and their representatives, including technical points of contact. Additionally, the hours of operation for deliveries and guidelines for handling official contract files are provided, ensuring controlled access to sensitive information. Overall, the document serves to guide contractors in fulfilling obligations while ensuring compliance with federal standards and protecting sensitive data.
    The memorandum outlines a justification for acquiring McMaster-Carr products by the Naval Sea Systems Command, specifically for the Naval Surface Warfare Center in Panama City, Florida. The planned action is to award a firm fixed-price purchase order to the lowest-priced authorized reseller of McMaster-Carr items, essential for the Operations Digital Swarm Project, which requires specific hardware and materials for building components crucial to the project’s functionality. The document details a list of required items, including various aluminum and steel components, and emphasizes the necessity of using McMaster-Carr parts due to their precise specifications, exclusive availability, and compatibility with existing project requirements. The contracting officer asserts that this acquisition represents the best value for the government, allowing for simplified acquisition procedures. Market research indicated that McMaster-Carr is the only viable supplier for these items, ensuring the project’s operational efficiency and inventory maintenance. The justification highlights the critical role these components play in the project while affirming adherence to federal contracting regulations.
    The document consists of questions and answers pertaining to the Request for Proposal (RFP) N61331-24-T-JC34, specifically addressing size options provided by McMaster. The primary purpose is to clarify which product sizes are needed for various line items in the proposal. The government indicates that it will revise the accompanying A6 document to include specific size information where necessary. For products where only one size option is available, part numbers will be left blank, suggesting a streamlined approach to managing product specifications. This interaction highlights the government's adaptability in response to supplier queries, ensuring that proposal submissions align with procurement requirements. The exchange reflects the typical clarification process within federal RFPs, emphasizing the importance of precise specifications in government contracting.
    Similar Opportunities
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of an Actuator Assembly for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of a specific Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards for existing ship equipment. The delivery of the actuator assembly is required by March 4, 2025, with quotes due by 10:00 AM EDT on September 18, 2024. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
    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.
    CDM Hazardous/Miscellaneous Parts under FSC 6810
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting quotes for the procurement of miscellaneous parts under the Federal Supply Class (FSC) 6810, specifically for the Clandestine Delivered Mine (CDM) program. The procurement aims to acquire essential components, including lubricants, primers, adhesives, and coatings, which must be sourced from authorized distributors to ensure authenticity and compliance with stringent qualification standards. This initiative is critical for maintaining the operational readiness and effectiveness of defense capabilities, with a focus on high-quality supply chains. Interested vendors must submit their quotes by September 20, 2024, at 06:00 PM EST, and can direct inquiries to Erika Cabot at erika.n.cabot.civ@us.navy.mil.
    Brand Name Custom 465 Material manufactured by Carpenter Technology
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses to procure Brand Name Custom 465 welding wire manufactured by Carpenter Technology. The procurement involves acquiring 500 pounds of this specialized wire, specified at a diameter of 0.062 inches, which must meet Aerospace Material Specification (AMS) 5936 standards and be delivered in 12-inch precision layer wound spools. This material is crucial for aerospace manufacturing applications, ensuring compliance with rigorous industry specifications for military use. Proposals are due by 4:00 PM EST on September 24, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, with all submissions adhering to the requirements outlined in the Statement of Work and CLIN Structure.
    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 HARVEY MILK_ BALLHEAD ACTUATOR
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is soliciting proposals for the procurement of a Ballhead Actuator from Golten Service Co Inc., specifically under solicitation number N3220524Q2149. This procurement is critical for ensuring compatibility with existing equipment aboard Military Sealift Command ships, emphasizing the necessity of using the Original Equipment Manufacturer (OEM) to mitigate risks associated with non-OEM parts. The delivery of the actuator is required by December 20, 2024, at a warehouse in San Diego, California, with quotes due by September 19, 2024. Interested vendors can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details.
    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.
    KIT, REPAIR PARTS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for a repair parts kit identified by NSN 2030 01-485-7209, with a required delivery date of January 31, 2025. Vendors are expected to provide a total of 15 units, adhering to strict military packaging specifications, and must include all costs, including shipping to Baltimore, MD, in their quotations. This procurement is crucial for maintaining operational readiness and ensuring the availability of necessary repair parts for Coast Guard operations. Interested vendors must submit their quotes by September 18, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award; for further inquiries, contact Gina Baran at gina.m.baran@uscg.mil.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.