USNS PECOS Bergen SSDG Components Overhauls
ID: N4044325Q0046Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMILITARY SEALIFT COMMAND BATSSAN DIEGO, CA, 92123-5000, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

DIESEL ENGINES AND COMPONENTS (2815)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command, is seeking qualified vendors to provide labor, technical services, materials, and equipment for the overhaul of components from the Bergen Engine used in the Ship Service Diesel Generators (SSDGs) aboard the USNS PECOS (T-AO 197). This procurement involves the overhaul of critical engine parts, including cylinder heads, pistons, and connecting rods, with work to be performed at the MSC Norfolk Warehouse, where no government-furnished equipment will be available. The successful contractor will ensure that the SSDG components are restored to a service-ready condition while adhering to rigorous inspection and certification requirements. Interested parties must submit their proposals by the specified deadlines, with the contract period scheduled from May 2, 2025, to September 30, 2025. For further inquiries, vendors can contact Rey Estrada at amador.r.estrada.civ@us.navy.mil or Jorge Soto at jorge.a.soto17.civ@us.navy.mil.

Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The document outlines a comprehensive set of federal contract clauses relevant to government requests for proposals (RFPs) and grants. It encompasses key contractual terms related to fixed-price supply and service agreements, including provisions on defaults, inspection of supplies, changes in contracts, and payment procedures. Notably, it addresses compliance issues such as combating human trafficking, equal opportunity requirements, and safety concerns in transportation and hazardous materials. The document also emphasizes the importance of adhering to legal guidelines for procurement, including restrictions tied to cybersecurity, foreign entities, and specific telecommunications services. Furthermore, the clauses stipulate contractor responsibilities regarding government property, subcontracting practices, and the maintenance of commercial and government entity codes. These elements collectively ensure that federal and state/local contracts are executed with a focus on legal compliance, security, and ethical standards. This summary serves to highlight the critical nature of these clauses in guiding the conduct and obligations of contractors in their dealings with government entities.
Apr 2, 2025, 10:08 PM UTC
The Military Sealift Command has issued a combined synopsis and solicitation (RFQ N4044325Q0046) for commercial items, specifically targeting the overhaul of components from the Bergen Engine for Ship Service Diesel Generators (SSDGs). This RFQ is open to quotes, with no separate written solicitation planned. Vendors must provide new parts and services, including labor, technical assistance, and equipment. The solicitation specifies a firm-fixed price and involves multiple shipments to the designated Norfolk Naval Base location. Key evaluation criteria for quotes include technical capability and pricing, emphasizing that proposals must conform to requirements and delivery timelines for acceptance. The period of performance is scheduled from May 2, 2025, to September 30, 2025, during which the government will manage shipping logistics. Additionally, contractors need to comply with provisions related to unique item identification, telecommunications regulations, and child labor considerations, among others. This solicitation demonstrates the government's ongoing commitment to maintaining its military fleet through partnership with capable vendors while ensuring compliance with federal procurement regulations.
Apr 2, 2025, 10:08 PM UTC
The RFQ N4044325Q0046 document outlines the requirements for overhauling components of the Bergen Engine used in the Ship Service Diesel Generator (SSDG) on the USNS PECOS (T-AO 197). The contractor must provide labor, technical services, materials, and all necessary equipment for the overhaul of significant engine parts, including cylinder heads, pistons, and connecting rods. The work is to be performed at the MSC Norfolk Warehouse, with no government-furnished equipment available. Detailed specifications for the parts to be overhauled are included, along with requirements for packaging, transportation, and inspections. Contractors must submit proposals for parts and provide weekly service reports to the MSC Technical Point of Contact. Additionally, there are rigorous inspection and certification requirements from both ABS and the Original Equipment Manufacturer (OEM). The document emphasizes adherence to governmental standards and outlines potential contractors, encouraging visits to a dedicated website for those seeking MSC qualification. The overall goal is to ensure the SSDG components are restored to a service-ready condition while maintaining compliance with manufacturer specifications and safety standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Special Notice
Similar Opportunities
US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified contractors to provide Global Repair Services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to support the Submarine Diesel Readiness & Sustainment Program by offering OEM services, including damage assessment, failure analysis, and emergent technical support for various submarine classes, specifically the SSBN/SSGN 726, SSN 688, and SSN 21 classes. This contract is crucial for maintaining the operational readiness of the Navy's submarine fleet, ensuring that the EDG systems are effectively supported and sustained. The Request for Proposal (RFP) is expected to be released in May 2025, with contract awards anticipated in October 2026, under a hybrid Cost-Plus-Fixed-Fee and Firm-Fixed-Price, Indefinite-Delivery, Indefinite Quantity contract structure, with a performance period of five years. Interested parties may contact Destiny Speller at Destiny.Speller@navy.mil or Dustin Bordelon at dustin.bordelon@navy.mil for further information.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@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.
USNS HENRY J. KAISER GEA Mechanical Lube Oil Pump
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotations for the procurement of two GEA Mechanical Equipment Lube Oil Separators, as outlined in solicitation number N3220525Q2239. This requirement is critical for maintaining the operational efficiency of military vessels, ensuring the proper functioning of diesel engines and components. Interested vendors must submit their quotes by April 14, 2025, including pricing, delivery timelines, technical specifications, and country of origin, with the contract expected to be awarded based on the lowest priced technically acceptable offer. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.l.keller.civ@us.navy.mil.
6105 Repair of qty 1EA, option 1 EA Secondary Propulsion Motor
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the refurbishment and repair of one secondary propulsion motor (SPM), with an option for an additional unit. This procurement is critical for maintaining the operational readiness of military equipment, specifically involving the repair of the motor identified by NSN: 4Y-6105-01-076-0568, under a sole source requirement utilizing FAR Part 13 Simplified Acquisition Procedures. Interested vendors should note that the contract will be awarded under Basic Ordering Agreement N00024-23-G-4303, with a DO rating for national defense, and must submit their quotations electronically by the revised deadline of April 11, 2025. For further inquiries, potential offerors can contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL.
US Navy Submarine EDG Renewal
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking contractors for the repair of the Emergency Diesel Generator (EDG) for the USS Florida (SSGN 728). The procurement involves comprehensive inspection, repair, and reassembly of the EDG, including tasks such as disassembly, component replacement, and adherence to strict quality standards, as outlined in the attached Statement of Work (SOW). This initiative is crucial for maintaining naval readiness and ensuring the operational reliability of critical equipment. Interested parties should contact Joseph O'Donnell at joseph.j.odonnell@navy.mil for further details, with the performance period extending to December 2025 under Basic Ordering Agreement N64498-21-G-4000 with Fairbanks Morse, LLC.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, which are critical for maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price contracts, with proposals due by May 6, 2025. Interested offerors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
USNS MEDGAR EVERS Cargo Refrigeration Brine Pump
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking to procure a cargo refrigeration brine pump (AC Motor) for the USNS MEDGAR EVERS, with a focus on air conditioning and refrigeration equipment. The procurement includes essential components such as AC motors, gaskets, and mechanical seals, with a firm-fixed price contract structure and a delivery deadline of February 17, 2025. This equipment is critical for maintaining the operational capability and safety of the vessel, emphasizing the urgency and specificity of the requirement, which is limited to the manufacturer ALLWILERAG due to proprietary rights. Interested vendors must submit detailed quotes electronically by April 14, 2025, to the designated contacts, Grant Sivertson and Cameron Alvey, at the provided email addresses.
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
Engine, Diesel
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting offers for the procurement of four diesel engines (NSN: 2815-01-438-3060) under a Firm Fixed Price contract. The engines are required to be delivered within 270 days after contract award, with inspections occurring at the origin prior to shipment, ensuring compliance with military standards and quality control measures. This procurement is significant as it supports military operations and requires adherence to stringent technical specifications and packaging standards. Interested vendors must register at sam.gov for proposal submissions, and the amended solicitation now allows for full and open competition, with the due date for submissions extended to April 11, 2025. For further inquiries, potential bidders can contact Christa Langohr at 586-206-2715 or via email at CHRISTA.LANGOHR@DLA.MIL.