Generator Maintenance and Repair
ID: N6660426Q0040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide generator maintenance and repair services for six electrical motor generators located in Newport, Rhode Island. The procurement includes annual preventative maintenance and emergency repair services, with a requirement for a 24-hour response time for emergency calls, ensuring continuous power for critical shipboard test equipment. Interested contractors must submit a detailed capability statement, evidence of licensing and insurance, and past performance references by November 20, 2025, with a contract expected to be awarded as a Firm-Fixed Price purchase order for one base year and four option years. For further inquiries, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work (SOW)/Performance Work Statement (PWS) outlines the requirements for annual preventative maintenance, and emergency diagnostic and repair services for six electrical motor generators at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) in Newport, RI. The contractor must provide all necessary labor, tools, materials, and equipment. Services include vibration analysis, voltage and frequency checks, thermographic scans, visual inspections, and insulation resistance tests. Emergency services require a 24-hour response time, with the contractor supplying all parts and tools. The document also emphasizes strict security compliance, including adherence to NISPOM, safeguarding Controlled Unclassified Information (CUI), OPSEC program development, and provisions for electronic spillage remediation. The work ensures continuous, non-standard electrical power for critical shipboard test equipment.
    The document, a Contract Data Requirements List (DD Form 1423-2), outlines data deliverables for a government contract, focusing on annual preventive maintenance (PM) inspections and service calls for six motor generators. It details two data items: A001, an "Annual PM Inspections/Status Report" due annually within two weeks of PM completion, and A002, a "Service Calls Report" due within one week of each service date. Both reports require specific information such as inspection/service dates, tasks performed, measurements, pass/fail status, and recommended repairs/comments. Reports must be submitted electronically in PDF or Word format to the Government TPOC. The document also includes comprehensive instructions for completing the form, defining various data item categories, submission frequencies, and pricing groups for data deliverables.
    This government wage determination (No.: 2015-4089, Revision No.: 31, dated 08/07/2025) outlines the minimum wages and fringe benefits for service contract employees in specific Rhode Island counties. It details hourly rates for numerous occupations across various fields, including administrative, automotive, food service, healthcare, and technical roles. The document also specifies Executive Order minimum wage rates, which vary based on contract award dates, and mandates paid sick leave under EO 13706. Additionally, it details benefits such as health and welfare, vacation, and paid holidays. Special provisions for computer employees and air traffic controllers/weather observers are included, along with guidelines for hazardous pay, uniform allowances, and the conformance process for unlisted occupations, ensuring fair compensation and compliance with federal labor laws.
    The provided document outlines mandatory instructions and requirements for attending a site visit at NUWC Division Newport on December 9th, 2025, specifically for federal government RFPs, federal grants, and state/local RFPs. Key requirements include pre-registration via email and a mandatory, approved Visit Request (VAR). The site visit is unclassified, scripted, and prohibits cameras, with follow-up questions submitted by email. Access to NUWC Division Newport requires a valid VAR, listing Zachary Mckanna as the Government POC. The document details the comprehensive information needed for the VAR, including personal, company, and visit-specific details, emphasizing that incomplete requests will be denied. VARs can be submitted via JPAS, email, or fax, with a seven-business-day processing time. Visitors without a CAC or Teslin Card will need a DBIDS card for access.
    The CNIC Manual 5530.2 outlines policy and procedures for Navy Installation Access Control, implementing the DoD Physical Security Program for access control at CNIC headquarters, regions, and installations. It details responsibilities for various commands and personnel, including CNIC Operations, Force Protection, Region Commanders, Installation Commanding Officers, Security Officers, Visitor Control Center Supervisors, and Single Source Coordinators. The manual covers three types of access—unescorted, trusted traveler, and escorted—and the requirements for establishing identity, fitness, and purpose for entry. It emphasizes the use of the Defense Biometric Identification System (DBIDS) and electronic Physical Access Control Systems (ePACS), outlines visitor control processes, and sets procedures for granting and revoking access, including waiver and appeal processes. The document also addresses acceptable forms of identification, contracted transportation services, and entry control point procedures, with a focus on consistent, uniform, and predictable implementation while safeguarding civil liberties and personally identifiable information.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0040 for annual preventative maintenance and emergency repair services for six electrical motor generators. This 100% small business set-aside, under NAICS Code 811210, will result in a single Firm-Fixed Price purchase order with a one-year base and four one-year option periods. Services include preventative maintenance and up to 10 emergency calls per year, with separate CLINs for labor and materials. Evaluation will be based on the lowest price technically acceptable (LPTA) offer, requiring a detailed capability statement, evidence of licensing/certification/insurance, up to three past performance references, and a complete price proposal for all CLINs. Quotes are due by 2:00 p.m. Eastern Time on November 20, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Wire Harnesses
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide various electrical cables under RFQ N66604-26-Q-0070. This procurement involves a Firm Fixed Price contract for the supply of specific electrical cables, with a required delivery date of April 13, 2026, to Newport, RI. The goods are critical for defense applications, emphasizing the importance of reliable electrical components in military operations. Quotes are due by November 25, 2025, at 1400 EST, and must be submitted via email to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil, with all questions needing to be addressed by November 24, 2025.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Subsea Winch
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotes for a custom Subsea Winch with an Attachable Levelwinder as part of the Bottom Array Rapidly Deployed (BARD) Project. The procurement requires a system capable of deploying and controlling a specified load, integrating with existing government systems, and providing telemetry data, with key specifications including a minimum of 21,000 feet of 3/8” line, a payout speed of at least 6 ft/second, and a depth rating of 6,000 meters. This equipment is critical for undersea operations, ensuring efficient deployment and retrieval of underwater systems. Interested small businesses must submit their quotes by December 5, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil for further details.
    PWR ELECTRONIC MOD
    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 PWR Electronic Mod, classified under the NAICS code 335312 for Motor and Generator Manufacturing. The procurement aims to establish a contract for repair services, with a required Repair Turnaround Time (RTAT) of 71 days, emphasizing the importance of timely and efficient repair processes for critical electronic components used in defense applications. Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the RTAT, with the solicitation requiring Government Source Inspection and adherence to specific quality assurance standards. For further inquiries, potential bidders can contact Owen M. McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil.
    61--MOTOR,MECHANISM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of motors and mechanisms. The procurement involves the inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the contract. This opportunity is crucial for maintaining operational readiness and ensuring the reliability of essential military equipment. Interested contractors should direct inquiries to Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL, with quotations valid for 60 days following submission.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    MOTOR,DIRECT CURREN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a Direct Current Motor through NAVSUP Weapon Systems Support Mechanicsburg. This opportunity requires the submission of firm-fixed price quotes for the manufacture and supply of the motor, adhering to specific quality assurance and inspection standards, including MIL-STD packaging and government source inspection. The goods are critical for military applications, emphasizing the need for authorized sources and compliance with stringent documentation and traceability requirements. Interested vendors should submit their quotes electronically to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL, ensuring all necessary certifications and information are included, with a minimum quote expiration of 90 days.
    SWITCHING UNIT,POWE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the SWITCHING UNIT,POWE, through the NAVSUP Weapon Systems Support Mechanical office. The procurement requires contractors to provide a quote that includes the unit price, total price, and a Repair Turnaround Time (RTAT) of 100 days, with a total quantity of three units to be repaired. This equipment is critical for vehicular power transmission components, and the contract emphasizes the importance of timely delivery and compliance with quality assurance standards. Interested contractors should submit their proposals by December 5, 2025, and can contact Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil for further information.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.