Evaluation and Repair of the following equipment: GEARBOX PLANETARY DIFFERENTIAL SPEED REDUCER, PN: 146-5003-3, WINSMITH MODEL #D651229-8X0WS, ASN: R400-2A1A3A3A1
ID: NRC-142082-25-0254Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking evaluation and repair services for five units of the Gearbox Planetary Differential Speed Reducer, PN: 146-5003-3, Winsmith Model #D651229-8X0WS. The objective is to restore these units to like-new operating condition and appearance, adhering to the original manufacturer's specifications, with the possibility of returning any units that do not meet these standards for rework at no additional cost to the government. This equipment is crucial for NOAA's operations, and the procurement will be conducted under the authority of 13.106-1(b), soliciting from a single source, with Peerless-Winsmith, Inc. identified as the only known source. Interested firms must respond within five calendar days of this notice, providing their capabilities and relevant contact information to William Roberts at NOAA, with submissions directed to nws.nrc.contracts@noaa.gov or mailed to the National Reconditioning Center in Grandview, Missouri. All contractors must be registered in the System for Award Management (SAM) to be eligible for the award.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    USCGC THUNDER BAY MDE VERTICAL DRIVE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to FAIRBANKS MORSE, LLC for the repair of the vertical drive assembly on the CGC THUNDER BAY. The procurement involves disassembling components to replace the lower vertical drive bearing, with the contractor responsible for providing all necessary parts, including a vertical shaft and various bearings. This repair is crucial for maintaining the operational readiness of the vessel, and the work is scheduled to take place from December 10, 2025, to December 31, 2025. Interested parties capable of demonstrating that competition would be beneficial to the Government may submit their offers to Ms. Donna O'Neal via email by 8:00 AM Pacific Time on December 9, 2025.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    Refurbishment and Factory Acceptance Testing of SEAMAC Winch
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a contractor for the refurbishment and factory acceptance testing of a SEAMAC winch, with the intention to award a firm fixed price contract on a sole-source basis to Okeanus Science & Technology. The project involves restoring the operational capability of the SEAMAC winch, which has been in service since 2001 and is critical for towed array testing aboard the R/V CHINOOK, following a failed dynamic testing event. The contractor will be responsible for all labor, tools, supplies, and equipment necessary to refurbish the winch to original specifications, validate its performance through comprehensive testing, and deliver an Acceptance Test Report and a Government Property Inventory Report by December 31, 2025. Interested parties may submit capability statements by December 10, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil for consideration in future competitive procurements.
    61--CONTROLLER,WINCH, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two controllers for winches under a sole source contract. This procurement involves the repair of the controller, identified by NSN 7R-6110-016444306-AM and part number 70553-01007-104, which is critical for maintaining operational capabilities. The government intends to award this requirement under an established Basic Ordering Agreement (BOA) due to the lack of sufficient data to contract with alternative sources, emphasizing the importance of government source approval for new suppliers. Interested parties must contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil for further details, and proposals must include the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    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 modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Sole Source Shaft Seal Overhaul Kits
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    PLANET GEAR, UPPER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of an Upper Planet Gear. This contract requires the manufacture and design of the gear to meet specific technical requirements, including adherence to standards set by Moog Inc. and compliance with various quality assurance and packaging protocols. The goods are critical for military applications, emphasizing the importance of precision and reliability in defense operations. Interested vendors should direct inquiries to Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL, with further details outlined in the solicitation documents.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure the repair of a rotary rudder blade (P/N: 70101-31000-046, NSN: 7R 1615 011589678) on a sole source basis from Sikorsky. The procurement involves two units and is classified under NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. This repair is critical for maintaining operational readiness and safety of naval aircraft, and the government anticipates issuing the award under the existing Basic Ordering Agreement (BOA) N0038322GY601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not wait for Source Approval Requests.