USNS CODY SEA FLIR230 Camera Repair
ID: N3220525Q7092Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking technical services for the repair of the USNS CODY's Forward Looking Infrared Camera System. The procurement involves a firm-fixed-price contract with General Dynamics Mission Systems as the sole-source vendor, emphasizing the need for OEM technical expertise due to proprietary rights and critical equipment status. This repair is vital for maintaining operational readiness and safety, with the performance period scheduled from January 19-23, 2026, at Joint Expeditionary Base Little Creek, Virginia. Interested parties must submit their quotes by 9:00 AM EST on December 30, 2025, and can contact Kimberly Hutchison or Tony Lanzarotta for further information.

    Files
    Title
    Posted
    This government file details a request for OEM technical services to repair the USNS CODY's SEA-FLIR230 Forward Looking Infrared Camera System. The repair, identified under contract N00000-00-X-0000, Item No. 0412, is categorized as "A" and dated September 8, 2025. The performance period is scheduled from October 6-25, 2025, at Joint Expeditionary Base Little Creek, Virginia. The contractor will be responsible for furnishing one FLIR Power Supply. Key tasks include a site visit for inspection of the inoperable camera system, providing a Condition Found Report (CFR) with discrepancies, and submitting a final comprehensive report detailing system deficiencies, tests, alignments, adjustments, settings, configuration changes, and recommendations for corrective actions. Contractors must consult General Technical Requirements (GTR) and allow 24-48 hours for base access requests. Points of contact for the project include William Rivero, MSC Electronics Representatives Marvin Gregory and Roman Vinas, and Shelby Therrien from General Dynamics Missions Systems for OEM services.
    This memorandum justifies the use of other than full and open competition for an acquisition under the simplified acquisition threshold, specifically for technical services from General Dynamics-Mission Systems (GD-MS) for a Forward Looking Infrared Camera System. The determination is based on GD-MS being the sole responsible source due to proprietary rights in technical data, software access, and diagnostic tools essential for repair. The item is also critical ship equipment, posing a hazard if it fails. Additionally, there is an unusual and compelling urgency due to an ongoing CASREP and the risk of using untested products. GD-MS is the only OEM technical service capable of providing compatible support for the existing system on the USS CODY T-EPF 14, ensuring mission success and compliance.
    This government file, N3220525Q7092, outlines critical clauses for federal contracts, emphasizing compliance across various domains. Key areas include defense information safeguarding, whistleblower protections, antiterrorism awareness, and prohibitions on certain telecommunications equipment and business operations with the Maduro Regime. The document details Wide Area WorkFlow (WAWF) payment instructions, requiring electronic submission of payment requests and receiving reports with specific routing data. It also identifies "Critical Safety Items" like propulsion systems and fire extinguishing systems, mandating heightened quality assurance. Furthermore, it incorporates numerous FAR clauses related to commercial products and services, covering ethical conduct, small business utilization, labor standards, environmental protection, and "Buy American" provisions. The file includes detailed definitions for various small business designations, foreign end products, and certifications, highlighting the rigorous requirements for offerors in federal contracting.
    The Military Sealift Command (MSC) has issued a combined synopsis/solicitation (N3220525Q7092) for commercial services to repair the USNS CODY’s Forward Looking Infrared Camera System. General Dynamics Mission Systems is the sole-source vendor for this firm-fixed-price purchase order. The period of performance is January 19-23, 2026, at Joint Expeditionary Base Little Creek, Virginia. The solicitation requires a price quote, total firm-fixed price, discount terms, estimated delivery time, technical submission addressing the Statement of Work (SOW), and principal place of performance/country of origin. Quotes are due by 9:00 AM EST on December 30, 2025, via email. Evaluation will prioritize technical capability and price reasonableness. The document also includes detailed instructions for Wide Area Workflow (WAWF) invoicing, packaging, marking, and ship/base access procedures. A wage determination for various occupations in North Carolina and Virginia is provided, outlining wage rates, health and welfare benefits, vacation, and holiday entitlements.
    The Military Sealift Command is issuing a Request for Quotes (RFQ) N3220525Q7092 for the sole-source procurement of services from General Dynamics Mission Systems. The purpose is to repair the USNS CODY’s Forward Looking Infrared Camera System. The Period of Performance is 06 – 25 October 2025 at Joint Expeditionary Base Little Creek, Virginia. The solicitation outlines requirements for quotes, including price, delivery, and technical submissions, and specifies that award will be made to a technically acceptable quote at a fair and reasonable price. It details clauses and provisions, including instructions for Wide Area Workflow (WAWF) invoicing, packaging, marking, and ship/base access procedures. A wage determination is included, covering various occupations and associated wage rates, fringe benefits, and holiday/vacation policies. Offerors must comply with all outlined instructions, certifications, and technical requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    USS MESA VERDE Starboard White Task Light Service and Repair
    Dept Of Defense
    The Department of Defense, through the Mid Atlantic Regional Maintenance Center, is seeking the Original Equipment Manufacturer (OEM) to perform service and repair on the USS MESA VERDE's Starboard White Task Light. The procurement involves inspecting, repairing, and replacing specific components, including LEDs and power supplies, as well as conducting operational tests to ensure compliance with the International Regulations for Preventing Collisions at Sea (COLREGS). This task light is critical for maritime safety and was originally installed under a Navy Prime Contract, with RSL Fiber Systems LLC identified as the OEM responsible for the necessary repairs. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    open inspect and report HF DGL CPLR MSR4050
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    59--CCA VIDEO DIGITI ER, IN REPAIR/MODIFICATION OF
    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 and modification of CCA Video Digitizers. The procurement aims to inspect, evaluate, and test these units, determining their condition and returning serviceable and non-serviceable assets as specified in the contract requirements. These digitizers are critical components in various defense applications, necessitating adherence to strict quality assurance and inspection protocols throughout the repair process. Interested vendors must submit their quotes by December 17, 2025, and can direct inquiries to Julie E. Smith at 717-605-5805 or via email at JULIE.E.SMITH43.CIV@US.NAVY.MIL.
    RUGGED,FLAT,PANEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Rugged Flat Panel, under solicitation number N00104-25-Q-LE15. The procurement aims to secure a repair turnaround time (RTAT) of 90 days for the specified item, which is critical for maintaining operational readiness and functionality within naval operations. Interested contractors are encouraged to provide their quotes, including pricing and RTAT, by the close of business on January 5, 2026, and must ensure compliance with all specified quality assurance and inspection requirements. For further inquiries, potential bidders can contact Joseph Weaver at 717-605-1884 or via email at joseph.d.weaver22.civ@us.navy.mil.