20--Compress Melt Units
ID: N0040617T0110Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

PSC

SHIP AND MARINE EQUIPMENT (20)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.

    Point(s) of Contact
    Brian Reed 360-476-2804 POC: Brian Reed email: brian.c.reed@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    20--Compress Melt Units
    Currently viewing
    Solicitation
    Similar Opportunities
    20--Suction Strainers
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a full ship set of suction strainers and parts. These suction strainers are used to filter out debris and impurities from fluids in order to protect pumps and other equipment on a LSD class vessel. The acquisition will be negotiated on a sole source basis with The Hellan Strainer Co. The supplies will need to be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on or about May 17, 2016, with proposals due by June 1, 2016. A Firm-Fixed Price, supply type contract will be awarded. Interested parties should monitor the NECO website for updates.
    53--GASKET, KNOB, RELAY, SCREW, AND VARIAC SUBASSEMBLY.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking GASKET, KNOB, RELAY, SCREW, AND VARIAC SUBASSEMBLY. This item is typically used for hardware and abrasives. The acquisition will be negotiated on a 100% SMALL BUSINESS SET-ASIDE. The terms will be FOB ORIGIN to U.S. Naval SRF YOKOSUKA, Japan. The solicitation will be posted on the NECO website on or about 19 OCTOBER 2016 with proposals due by 25 OCTOBER 2016. A Firm-Fixed Price, Supply type contract will be awarded. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading their own copy of the solicitation from the NECO website. No telephone or fax requests will be accepted. Electronic submission of proposals/quotes is not available at this time.
    L--Technical Representative Services
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND is seeking Technical Representative Services. These services will provide on-site support and technical oversight to install, flush, and test CPP Valve Rod Assembly and Prairie Air Tube Assembly. The services will be fulfilled at U.S. Naval Ship Repair Facility Japan Regional Maintenance Center (SRF-JRMC), Yokosuka, Japan. The procurement will be awarded to Rolls-Royce Marine North America on an unrestricted sole source basis. Interested parties can express their interest or submit proposals before the offer due date. The solicitation will be posted on the NECO website on or about October 17, 2019, with proposals due by October 22, 2019. The contract will be a Firm Fixed-Price, Service type contract awarded in accordance with FAR parts 12 and 13.5. Evaluation will be conducted using 52.212-2 Evaluation of Commercial Items. All responsible sources may submit a proposal. The solicitation and any amendments will be posted on the NECO website. Offerors are responsible for downloading the solicitation and monitoring the website for amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    48--ACTUATOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of actuators. Actuators are mechanical devices used to control or move a system, such as opening and closing valves. The notice specifies the quantity of 4 each, with delivery FOB origin to Flowserv Corporation in Lynchburg, VA. The contract will be awarded to Flowserv Corporation, and the required delivery is 210 days after the date of the contract. The notice also mentions the solicitation number and acquisition method code for this procurement. Government source inspection, a certificate of compliance, and MIL-I-45208 higher level inspection are required. The notice provides information on how to obtain military and federal specifications and standards. The award will be made only if the offeror, the products/service, or the manufacturer meets the qualification requirements. Additional information can be obtained from the specified office.
    17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of an actuator assembly (NSN 7R-1710-016485009-EY) essential for aircraft landing equipment. The procurement involves a competitive solicitation for one unit, with the expectation that the award will be made to the Original Equipment Manufacturer, Northrop Grumman Systems Corp, or other approved sources, as the government does not possess the necessary data to procure from alternative suppliers. Interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on February 10, 2025, and proposals due by March 10, 2025. For further inquiries, contact Jason J. Sklencar at jason.sklencar@navy.mil.
    Actuator Assembly
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of actuator assemblies, specifically targeting women-owned small businesses (WOSBs). The procurement includes detailed specifications for actuator assemblies with designated part numbers, and compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) requirements is mandatory. These actuator assemblies are crucial for various naval applications, ensuring operational efficiency and reliability in marine equipment. Interested contractors should note that the delivery is scheduled for July 14, 2025, to military shipping locations in San Diego, California, and can reach out to Amber Hess at amber.e.hess3.civ@us.navy.mil or Heidi Miller at heidi.r.brennan.civ@us.navy.mil for further inquiries.
    16--Solicitation Number
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a service/item related to aerospace craft components and accessories. The specific service/item being procured is an actuator, mechanical with National Stock Number (NSN) 1680-015783589 and Part Number (P/N) 42555-400. The description does not provide further details about the actuator.
    16--ACTUATOR,AUTOPILOT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of autopilot actuators. These components are critical for the operation of various aircraft, and the procurement requires that all parts supplied must be FAA-certified, accompanied by the necessary FAA Authorized Release Certificate and Airworthy Approval Tag. Interested vendors must submit their proposals via NECO or email, with the expectation of compliance with various quality and regulatory standards outlined in the solicitation. For further inquiries, potential offerors can contact Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    70--Load Balancers, Support, and Training
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking load balancers, support, and training services for Shipyard Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) Yokosuka, Japan. The contract will be a Firm-Fixed Price Supply Type contract and will be awarded to a vendor who meets the Lowest Price Technically Acceptable (LPTA) factors and brand name (A10 Networks) requirements. The solicitation will be posted on the NECO website on or about 1/11/19, with a closing on 1/17/19. Interested vendors should register on the NECO website under solicitation number N00406-19-Q-0082 and must be registered in the System for Award Management (SAM) to participate. Contact Tyler Mayfield at tyler.mayfield@navy.mil for any questions.