INTENT TO SOLE SOURCE: Preventative Maintenance and Repair Services
ID: N3904025Q0062Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY (J034)
Timeline
    Description

    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System, with a focus on sole source procurement due to the necessity of Original Equipment Manufacturer (OEM) involvement. The contract requires comprehensive maintenance support, including labor, parts, and technical assistance, to ensure the effective operation of critical equipment essential for naval operations. This procurement falls under NAICS code 811310, with a size standard of $12.5 million, and proposals are due by April 11, 2025, for a contract period starting May 5, 2025, with options extending to May 4, 2028. Interested vendors should contact Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil or call 207-438-6349 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Portsmouth Naval Shipyard (PNSY) outlines Operations Security (OPSEC) Contract Requirements, emphasizing the importance of safeguarding sensitive information from adversarial exploitation. Contractors must comply with an OPSEC Plan, required for specific operations, which details measures to avoid unintentional disclosure of Critical Information and Indicators (CII). The responsibility lies with contractors to protect U.S. Government CII, avoiding unauthorized sharing and ensuring sensitive information, including Personally Identifiable Information (PII) and operational data, remains secure. Contractors are prohibited from publicizing sensitive information and must report any incidents of compromise. Use of Portable Electronic Devices (PEDs) is regulated, requiring prior evaluation for security compliance. Contractors must shred unneeded sensitive documents and ensure accountability for security badges, reporting any loss immediately. This documentation is crucial to maintaining national security protocols and ensuring that contractors uphold stringent measures against information compromise during the contract period.
    The "Work Request Unscheduled Repair Authorization Request" document outlines the process for requesting unscheduled repairs on government contracts. It includes fields for contractor information, a description of the work required, and details about OEM and Non-OEM parts/materials, emphasizing the need for proof of costs and justification for fair pricing. The document is structured in sections detailing the scope of work, parts/material costs, contractor markups, and labor costs, with explicit requirements for documentation and approvals. Contractors are required to submit detailed cost comparisons between OEM and Non-OEM items while ensuring all expenditures are pre-approved by the Project Manager and Contracting Officer. The overarching purpose of the document is to establish a clear authorization process for repairs while ensuring compliance with government procurement regulations, including the separation of costs and adherence to contract terms in financial reporting for labor and materials.
    The document outlines a Request for Quotation (RFQ) for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System at the Portsmouth Naval Shipyard in Kittery, Maine. The RFQ, designated as solicitation number N3904025Q0062, calls for proposals due by April 11, 2025. The contract will cover a base period starting May 5, 2025, with two option years extending to May 4, 2028. Interested vendors must provide comprehensive maintenance support, including labor, parts, and technical support, adhering to specific compliance and reporting protocols. The procurement falls under NAICS code 811310 and has a size standard of $12.5 million. Quotes must include a firm price for scheduled services, defined labor categories with fully burdened rates for unscheduled repairs, and a markup percentage for materials. The evaluation will favor the lowest priced technically acceptable offer based on the provided firm-fixed pricing. The RFQ details the importance of safety and security, mandating that all contractor personnel be U.S. citizens and comply with OSHA regulations. By inviting qualified vendors to submit proposals, this solicitation aims to ensure the effective maintenance of critical equipment vital for naval operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
    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.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    PIPE CUTTING TOOL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for a pipe cutting tool under a federal contract. The procurement aims to acquire specialized equipment for gas welding, heat cutting, and metalizing, which is critical for various defense applications. This opportunity is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. Interested vendors should contact Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined technical and quality requirements.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.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.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    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.
    Tescan field emission scanning electron (FE-SEM) maintenance coverage
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, intends to award a sole source contract to Tescan USA Inc. for the maintenance coverage of specialized scanning electron microscopes, specifically the Tescan Vega II XMU and Tescan Mira-3 GMU. The procurement includes annual preventative maintenance and calibration services, as well as a critical hardware upgrade requiring OEM-level access to proprietary software and firmware, which only Tescan USA can provide. These instruments are essential for the Materials Engineering Laboratory's operations, and using a third-party vendor could jeopardize system integrity and performance. Interested parties may submit capability statements within three calendar days of this notice, with Brandon Fabricante as the primary contact at gregory.b.fabricante2.civ@us.navy.mil for further inquiries.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.