SSU24-049 USNS CARL BRASHEAR (T-AKE7) REVERSE OSMOSIS UNIT TROUBLESHOOT AND REPAIR
ID: N4044624Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMILITARY SEALIFT FLEET SUPPORT CMDFPO, AP, 96540-2600, 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)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of the Reverse Osmosis Unit onboard the USNS CARL BRASHEAR (T-AKE7) under solicitation number N4044624Q0011. The procurement aims to address operational failures, including malfunctioning alarms and fuse blowouts, requiring the contractor to perform diagnostics, replace defective components, and ensure compliance with safety protocols. This contract is critical for maintaining essential shipboard systems and ensuring operational readiness, with the performance period scheduled from September 24 to 30, 2024, at Naval Base Guam. Quotations are due by 1800 EDT on September 21, 2024, and interested parties should contact Geré Bamba at gere.a.bamba.civ@us.navy.mil for further details.

    Point(s) of Contact
    Military Sealift Command SSU Guam
    M-GU-SSUN10@fe.navy.mil
    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis/solicitation for commercial services under solicitation number N4044624Q0011, seeking quotes for the troubleshooting and repair of the Reverse Osmosis Unit onboard the USNS CARL BRASHEAR (T-AKE7). This request is not set aside for small businesses and falls under NAICS code 811310 for repair and maintenance services. The performance period is expected to take place from September 24 to 30, 2024, at Naval Base Guam. Quotations are due by 1800 EDT on September 21, 2024. Respondents must provide a firm-fixed price quote along with technical submissions, delivery terms, and relevant representations and certifications. The government will evaluate quotes based on price and technical capability, intending to award the contract to Aqua-Chem Inc. as the sole source vendor. The document outlines compliance requirements with various federal regulations, including labor standards and confidentiality agreements. The solicitation includes extensive clauses and provisions aimed at ensuring adherence to quality, legal, and operational standards during contract execution.
    The document outlines a federal contract (No. 24-005) for the reverse osmosis unit corrective maintenance on the USNS Carl Brashear, specifically addressing troubleshooting and repairs needed due to operational failures. It designates the requirement for an authorized technical representative from Parker Sea Recovery to oversee repairs, ensuring compliance with General Technical Requirements (GTRs). The specific issues noted include malfunctioning alarms, fuse blowouts, and operational shutdowns linked to the Diversion Valve. The contractor is instructed to secure the unit, perform diagnostics, replace defective components if necessary, and conduct operational tests. Furthermore, the document emphasizes the importance of safety protocols, particularly concerning high-voltage systems, and recommends the technician to source spare parts and any applicable software updates. The completion of repairs must be documented, accompanied by certification from the Sea Recovery Technical Representative, ensuring that the work is performed to specification. Overall, this document serves as a detailed guide for contractors tasked with maintaining essential shipboard systems, reaffirming compliance, safety, and the need for proper certification in executing repairs.
    The document outlines the requirements and justifications for procurement related to exclusive licensing agreements for critical ship equipment, specifically the Tasman Sea T-2 Sea Recovery model, manufactured by Parker. It stresses that the item is essential for the operation and safety of T-AKE class ships, as well as for compliance with the Military Sealift Command’s (MSC) standardization initiative. The justification form assesses various procurement categories including unusually urgent needs where routine processing might endanger operations. Key sections demand identifying the Original Equipment Manufacturer (OEM) and authorized distributors, and providing rationale for choosing these specific models to ensure compatibility with existing systems. The necessity for a thorough certification process involving signatures from the requester, supervisory levels, contract specialists, and the contracting officer is emphasized, securing accountability and approval for purchases. Furthermore, the document prepares for future procurement actions by requiring a detailed assessment of procurement values and delivery timelines to mitigate operational impact. This structured approach signifies the procedural rigor essential for government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of an Actuator Assembly for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of a specific Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards for existing ship equipment. The delivery of the actuator assembly is required by March 4, 2025, with quotes due by 10:00 AM EDT on September 18, 2024. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.
    USNS ROBERT E SIMANEK (T ESB 7) PSA
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified businesses for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7), scheduled to commence around 31 May 2025 for a duration of 120 days. The PSA will involve a variety of services including project planning, inspections, and modifications to the ship's systems and components, with a focus on ensuring operational readiness. This opportunity is particularly significant for small businesses, including Service-Disabled Veteran-Owned Small Businesses and Certified HUBZone firms, as the government is considering a set-aside acquisition to promote participation. Interested parties must submit a capabilities package by 25 September 2024, and further inquiries can be directed to Tommy Hale at tommy.a.hale.civ@us.navy.mil or Samuel Queen at samuel.queen@navy.mil.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    L3 Harris OEM Integrate New UPS System
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the integration of a new uninterruptible power supply (UPS) system aboard the USNS Supply (T-AOE 6). The procurement involves generating and installing Software Build 28, which includes the incorporation of 18 patches and six new software items necessary for interfacing with the new UPS units on the ship. This project is critical for maintaining the operational integrity of naval systems, as it ensures the safe operation of machinery control systems essential for the ship and crew's safety. Interested contractors must submit their proposals by September 25, 2024, with a delivery and acceptance date set for January 30, 2025. For further inquiries, Shawnda Forbes can be contacted at shawnda.m.forbes.civ@us.navy.mil or by phone at 757-443-5954.
    Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command, is seeking quotes for the procurement of actuator assemblies for the USNS William McLean (T-AKE 12). This procurement involves a firm-fixed price purchase order for various components, including motors, actuators, limit switches, and modular control packages, with a delivery deadline set for May 30, 2025. The goods are critical for maintaining operational readiness and safety of military vessels, emphasizing the importance of compliance with federal procurement regulations. Interested vendors must submit their price quotes by September 24, 2024, and can contact Darius Swift at darius.swift.civ@us.navy.mil or James Parker at james.parker5@navy.mil for further information.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    BRAND NAME OEM (AMPAC) REVERSE OSMOSIS WATER TREATMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source firm fixed price contract for a Reverse Osmosis Water Treatment System to support CNRNW Emergency Management in Everett, Washington. This procurement is essential for providing reliable water purification capabilities, which are critical for operational readiness and emergency management. The solicitation is anticipated to be posted on or about September 19, 2024, with a closing date around September 23, 2024. Interested parties must register in the System for Awards Management (SAM) and direct any inquiries to Joan Lockyear at joan.e.lockyear.civ@us.navy.mil.