Intent to Sole Source, OEM Oil States Industries, Inc. Remanufactured Resilient Mounts
ID: N0040625Q0390Type: Solicitation
Overview

Buyer

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

NAICS

Rubber Product Manufacturing for Mechanical Use (326291)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, intends to solicit a sole source contract for remanufactured resilient mounts from Oil States Industries, Inc. This procurement involves a firm fixed-price supply contract for 38 units of a specific mount, along with additional quantities of other types, which will be refurbished using materials provided by the government. The remanufactured mounts are critical for non-nuclear ship repair operations, ensuring the reliability and performance of naval vessels. Proposals must be submitted by 12 PM on March 13, 2025, with expected delivery of the items by May 25, 2025. For inquiries, interested parties should contact Mr. Regel Agahan at regel.a.agahan.civ@us.navy.mil.

    Point(s) of Contact
    Mr. Regel (Reg) Agahan
    regel.a.agahan.civ@us.navy.mil
    Files
    Title
    Posted
    The document outlines a Solicitation for a sole source requirement to acquire remanufactured resilient mounts from Oil States Industries, Inc. The procurement will be conducted as a Firm, Fixed-Price Supply contract, adhering to FAR Parts 12 and 13. The offer deadline is set for 12 PM on March 13, 2025, with expected delivery of the remanufactured items by May 25, 2025. The solicitation specifies that 38 units of a specific mount and additional quantities of other types will be refurbished, with the Government providing necessary materials for this process. All proposals must include the required technical documentation, and exceptions to solicitation terms must be explicitly noted. The contractor is also advised to utilize the Wide Area Workflow (WAWF) system for invoicing and payment processing. In terms of logistics, shipping will be arranged by the government, and the contractor must follow specific guidelines for shipping requests. The document emphasizes the importance of responding to the solicitation with complete information to avoid being deemed non-compliant. Key contact information for inquiries is provided, along with a thorough description of the requirements and regulations for the procurement process.
    Similar Opportunities
    53--MOUNT,RESILIENT,UTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of resilient mounts, specifically NSN 5340-01-676-3337, with a requirement for four units to be delivered to DLA Distribution. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this procurement is identified as 4U884 D0963003-1. The goods are essential for military applications, ensuring the reliability and durability of equipment in various operational environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    OEM METALTEK INTERNATIONAL FRICTION DRUMS
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed-price supply contract to provide OEM MetalTek International Friction Drums in support of the Military Sealift Command (MSC). This procurement is essential for maintaining operational readiness and efficiency within naval operations, as these friction drums are critical components in various marine equipment. The solicitation is anticipated to be posted around March 12, 2025, with a closing date on or about March 17, 2025. Interested parties should direct inquiries to Aquaseia Osman at aquaseia.t.osman.civ@us.navy.mil and must be registered in the System for Awards Management (SAM) to be eligible for award.
    53--RESILIENT MOUNT
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a supplier for a RESILIENT MOUNT. This item is typically used for mounting purposes and provides resilience and stability. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any updates will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    MTU Engine Parts
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of MTU engine parts, specifically from authorized distributors of MTU/Rolls Royce Power systems. This firm fixed-price supply contract aims to support operational needs for the CNRNW Port Operations, with a focus on compliance with federal regulations and industry standards. The procurement includes a detailed list of mechanical parts essential for maintaining operational efficiency, with the solicitation closing on March 17, 2025. Interested parties should direct inquiries to Kristen Lorena at kristen.g.lorena.civ@us.navy.mil and ensure they are registered in the System for Awards Management (SAM) to participate in the bidding process.
    53--MOUNT,RESILIENT,UTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of resilient mounts (NSN 5340-01-503-1996) as part of a Combined Synopsis/Solicitation. The requirement includes the delivery of 18 units to DLA Distribution Red River within 448 days after order (ADO) and 1 additional unit within 15 days ADO. These mounts are critical components used in various military applications, ensuring the reliability and durability of equipment. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    6105 Repair of qty 1EA, option 1 EA Secondary Propulsion Motor
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals for the refurbishment and repair of one secondary propulsion motor (SPM), with an option for an additional unit. This sole source requirement is directed towards the original manufacturer due to the government's lack of data rights necessary for alternative procurement, emphasizing the importance of maintaining operational readiness for military equipment. Interested vendors must comply with specific standards outlined in the Request for Quotations (RFQ) and are reminded that all submissions are requests for information, not binding contracts. The deadline for submitting offers has been extended to March 31, 2025, and inquiries should be directed to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL.
    MOUNT,RESILIENT,GEN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of resilient mounts. This opportunity falls under the NAICS code 332510, which pertains to hardware manufacturing, and the PSC code 5340, indicating commercial hardware. The resilient mounts are critical components that support various military applications, ensuring durability and reliability in demanding environments. Interested vendors can reach out to Genevieve E. Miller at 717-605-6457 or via email at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    A/C Plant Compressor Overhaul
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR PUGET SOUND, is seeking to procure an overhaul of A/C plant compressors on a sole source basis from Johnson Controls. This acquisition is critical for maintaining operational efficiency and reliability of naval equipment, and it will be conducted under FAR Parts 12 and 13, which allows for simplified procurement processes when only one source is deemed reasonably available. The anticipated award will be a firm-fixed price supply contract, with the solicitation expected to be posted on BETA.SAM.GOV around March 14, 2025, and quotes due by March 18, 2025. Interested parties should monitor the BETA.SAM.GOV website for updates and are encouraged to contact Jeremy Wells at jeremy.a.wells.civ@us.navy.mil or 602-900-6995 for further inquiries.
    53--SEAL ASSY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole source supply of a Seal Assembly for the P-8 aircraft from The Boeing Company. The procurement involves a specific National Stock Number (NSN 1R-5330-LLF02M638-P8) and part number (411A3140-144B), with a quantity of one unit required for delivery on a Free on Board (FOB) origin basis. This Seal Assembly is critical for the operational readiness of the P-8 aircraft, and as the Original Equipment Manufacturer (OEM), Boeing is the only known source capable of providing this spare part due to the lack of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica M. Gershenfeld, at jessica.m.gershenfeld.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued around March 20, 2025, and proposals due by April 20, 2025.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.