Notice of Intent to single source Braddock Boat Motor Repair
ID: W911WN25QA009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST PITTSBURGHPITTSBURGH, PA, 15222-4198, USA

NAICS

Ship Building and Repairing (336611)

PSC

REPAIR OR ALTERATION OF SHIP CONSTRUCTION AND REPAIR FACILITIES (Z2ED)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, intends to award a contract for the single-source procurement of electronic propulsion unit repairs for the Braddock Locks and Dam work boat. The contractor will be responsible for installing, configuring, and testing two new Twin Disc EC-300 Engine Control Units (EC-300s) for dual Cummins marine diesel engines, ensuring proper electrical connections, programming, and comprehensive system testing to meet operational specifications. This work is critical for maintaining the functionality and efficiency of the vessel's propulsion system. Interested parties can contact Richard Mathena at richard.a.mathena@usace.army.mil or Leanna Lesefka at leanna.c.lesefka@usace.army.mil for further details.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Repair of Virginia Class Propulsor Rotor Assembly
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting qualified contractors for the evaluation, repair, and modification of a VA Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement requires adherence to detailed technical specifications and compliance with Navy regulations, including inspections, repairs, and post-repair processes such as painting and balancing, all while ensuring confidentiality and quality control. This opportunity is critical for maintaining the operational readiness of naval vessels, with a delivery deadline set for July 24, 2026. Interested vendors must submit firm fixed-price quotations by April 21, 2025, and can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil for further information.
Schottel Rudder Propeller and Shaft
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the procurement of Schottel Rudder Propeller and Shaft, with the contract to be managed by NAVSUP FLT LOG CTR PUGET SOUND in Bremerton, Washington. This acquisition is being conducted on a brand-name basis with the original equipment manufacturer (OEM) Schottel, Inc., and interested authorized distributors are encouraged to express their interest and capability to respond to the requirement. The contract is anticipated to be a firm-fixed price supply type, and all interested parties must be registered in the System for Awards Management (SAM) to be eligible for award. For further inquiries, potential contractors should contact Eileen Trezise via email at eileen.d.trezise.civ@us.navy.mil, and they must acknowledge the amendment to the solicitation as outlined in the attached document.
DWA Outboard Motors
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. The objective of this procurement is to acquire electrical motors classified under the PSC code 6105, which are essential for various military and engineering applications. The place of performance for this contract will be in Ahsahka, Idaho, and interested vendors are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines. For further inquiries, potential bidders can contact Tonya French at tonya.c.french@usace.army.mil or by phone at 509-527-7232.
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.
Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 17 Mar 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified contractors for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, with a focus on vessel repair and maintenance. This initiative aims to establish a Master Agreement for the Repair and Alteration of Vessels (MVA), ensuring that contractors meet specific eligibility criteria related to financial management, quality assurance, and safety protocols. The AWSM Program is critical for maintaining the operational readiness of U.S. Army watercraft, with an estimated maximum ordering value of approximately $522 million across various maintenance tasks. Interested contractors must submit their qualifications and relevant documentation by the specified deadlines, with key contacts Brandon LaBonty and Christopher Murphy available for inquiries at their respective email addresses.
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.
ENGINE COMPUTER
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 testing of ENGINE COMPUTERS under a federal contract. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These engine computers are vital for operational readiness and reliability in military applications, emphasizing the importance of maintaining high-quality standards in their repair processes. Interested contractors should contact Devon M. McNamee at 215-697-2782 or via email at devon.m.mcnamee.civ@us.navy.mil for further details, with the expectation of compliance with various regulatory and quality assurance requirements throughout the contract duration.
Overhaul of S/V H.R. SPIES
Buyer not available
The U.S. Army Corps of Engineers, under the Department of Defense, is preparing to solicit bids for the overhaul of the survey vessel H.R. SPIES, which includes comprehensive engineering, design, labor, and materials for necessary repairs. The project entails drydocking the vessel, performing hull maintenance, and executing various repairs, with optional tasks such as replacing hull anodes and repairing struts to be priced separately. This procurement is critical for maintaining the operational readiness of the vessel, which is scheduled to operate in the Delaware River and Bay during Fiscal Year 2025. Interested contractors must submit their bids by April 29, 2025, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard, and should direct inquiries to Domenic Sestito at domenic.l.sestito@usace.army.mil.
Cummins Marine Engine Service
Buyer not available
The Department of Defense, through the Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide inspection, repair, and maintenance services for Cummins brand engines used in two Rigid Hull Inflatable Boats (RHIB). The procurement specifically targets services for the KOA and KUMU RHIB engines, requiring compliance with the attached Performance Work Statement and adherence to federal acquisition regulations. This contract is crucial for maintaining operational readiness and safety of naval vessels, with a response deadline set for 11:00 AM Hawaii Standard Time on April 16, 2025. Interested vendors must be registered with the System for Award Management (SAM) and can direct inquiries to Christopher Craft or David Chang via email at david.d.chang3.civ@us.navy.mil.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract, which spans an anticipated ordering period of 60 months and a performance period of 72 months, requires contractors to provide repair services, supply Navy-approved parts, and adhere to stringent operational and security standards. This initiative is crucial for maintaining the operational readiness of U.S. Navy gas turbine components, ensuring they meet the necessary performance and safety criteria. Interested contractors should submit their proposals, including technical and price components, to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with a commitment to achieving 48% of the contract value through small business participation, translating to approximately $24 million. The solicitation emphasizes compliance with federal procurement regulations and is designed to foster socio-economic diversity in government contracting.