L--Technical Representative Services
ID: N0040620Q0005Type: Presolicitation
Overview

Buyer

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

PSC

TECHNICAL REPRESENTATIVE SVCS. (L)
Timeline
    Description

    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.

    Point(s) of Contact
    tiffany wu 3604762194
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    20--Compress Melt Units
    Active
    Dept Of Defense
    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.
    Rolls Royce Replacement Parts Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of OEM Rolls Royce replacement parts, specifically for the T-AO 187 Class controllable pitch propeller (CPP) system. This procurement is critical for maintaining the maneuverability and operational readiness of military vessels, as the parts are essential for inspecting, cleaning, and testing the propulsion systems, which are classified as vital for national defense missions. The contract will be awarded as a Firm-Fixed Price Purchase Order, with submissions due by September 23, 2024, and the award expected by September 30, 2024. Interested vendors must verify their status as original equipment manufacturers or authorized dealers, and they can contact Ouarda Allbee at ouarda.b.allbee.civ@us.navy.mil for further information.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    53--GASKET, KNOB, RELAY, SCREW, AND VARIAC SUBASSEMBLY.
    Active
    Dept Of Defense
    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.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares. This procurement is for up to 84 LCAC 100 Class MT7 production engines, 21 engine installation kits, and 20 LCAC 100 Class MT7 spare engines. The contract will be awarded to Rolls-Royce Corporation on a sole-source basis, as they are the sole manufacturer of the LCAC 100 Class MT7 Engine and its installation kits. The procurement will be conducted under FAR Part 12 Commercial Items procedures. Interested companies should contact Rolls-Royce Corporation directly.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    VALVE,SOLENOID
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking quotes from contractors for the repair and overhaul of solenoid valves used in submarines and surface ships. The work involves meeting operational requirements and adhering to strict military standards for quality and delivery. Contractors must have the capability to inspect and repair the valves in accordance with the provided specifications and drawings. Experience in military contracting is essential, and contractors must demonstrate their ability to meet the required repair timelines and quality standards. This opportunity is open to all eligible contractors, with a set-aside option not applied. The estimated value of the contract is $22,534, and the Navy intends to issue a firm-fixed-price purchase order for the repair services. Interested parties should provide their quotes, referencing the requested repair timelines and any exceptions to the solicitation's requirements. The primary point of contact for this opportunity is Seana Steiner, whose email address is provided as seana.m.steiner.civ@us.navy.mil. The deadline for submitting quotes is not explicitly mentioned in the provided information, so bidders should ensure they allow sufficient time for a thorough response.
    1680 - VALVE,REGULATIN
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a regulating valve (NSN 7R4810013539209, part number 2770073-114) specifically for Foreign Military Sales to Malaysia. This procurement is a sole source requirement, with Parker Hannifin Control Systems Division identified as the Original Equipment Manufacturer (OEM) possessing the necessary repair capabilities and technical data. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals within 45 days of this notice, with all submissions directed to Thomas McLaughlin at thomas.s.mclaughlin7.civ@us.navy.mil. The government reserves the right to proceed with the award based on fleet support needs, and potential contractors must comply with specific source approval requirements outlined in the NAVSUP WSS Source Approval Information Brochure.