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
    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
    Similar Opportunities
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    ENGINE, DIESEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of diesel engines under the title "ENGINE, DIESEL." The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 239 days, with all repair work adhering to specified quality standards and operational requirements. These diesel engines are critical components for various military applications, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further inquiries directed to the provided contact number.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    AZIMUTH POWER DRAWE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the Azimuth Power Drawe, a critical component in electrical systems. The procurement requires contractors to meet specific operational and functional standards, ensuring that all repair work adheres to established quality and technical requirements, including compliance with military specifications and standards. This contract is vital for maintaining the operational readiness of naval assets, as the Azimuth Power Drawe is integral to electrical systems on submarines and surface ships. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Tyreese C. Smith at the provided email address by the specified deadline, with all freight being FOB Origin and government source inspection required.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    USS GONZALEZ (DDG-66) PORT AND STARBOARD CONTROLLABLE PITCH PROPELLER (CPP) PRAIRIE AIR AND VALVE ROD
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Port and Starboard Controllable Pitch Propeller (CPP) Prairie Air and Valve Rod components for the USS GONZALEZ (DDG-66). The procurement requires new parts, specifically the Number One Coupling and CPP Propulsion Hub Retaining Bolts, as detailed in the attached Statement of Work (SOW), with no refurbished or used parts accepted. This solicitation is critical for maintaining the operational readiness of naval vessels, ensuring they are equipped with reliable and efficient propulsion components. Interested vendors should submit their responses to the combined synopsis/solicitation (RFQ number N5005426Q0050) by contacting Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil, with all submissions to be made electronically via SAM or PIEE, as no paper copies will be available.
    20--HUB,PROPELLER,SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.