USNS BURLINGTON IMCS Troubleshoot and Repair
ID: N3220525Q2236Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking vendors to provide troubleshooting and repair services for the IMCS Redundant PLC server, with a focus on commercial technical services. The procurement aims to secure a firm-fixed price purchase order that encompasses labor, materials, freight, and travel costs, with performance scheduled at Rhoads Industries in Philadelphia, PA, from March 3 to March 17, 2025. This initiative is critical for maintaining operational readiness and ensuring the reliability of marine equipment, reflecting the government's commitment to high standards in federal contracting. Interested vendors must submit their price quotes, delivery estimates, and technical capabilities by February 27, 2025, and can contact Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis and solicitation (RFQ N3220525Q2236) for commercial technical services focusing on the troubleshooting and repair of the IMCS Redundant PLC server. The solicitation seeks responses from vendors for a firm-fixed price purchase order, which includes labor, materials, freight, and travel costs. Performance is to be conducted at Rhoads Industries in Philadelphia, PA, from March 3 to March 17, 2025. Key requirements include submission of price quotes, delivery estimates, and technical capabilities, with responses due by February 27, 2025. The evaluation will prioritize technical capability and price, with awards going to the lowest-priced, technically acceptable proposals. While this contract is not set aside for small businesses, it defines a small business size standard of $34 million. Furthermore, the document details compliance with numerous federal regulations and clauses applicable to commercial products and services, ensuring adherence to standards in labor, procurement, and quality control throughout the engagement. This initiative exemplifies the government's approach to securing specialized commercial services under federal contracting regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    USNS SUPPLY HPAC NR 2 Repairs
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotations for maintenance and repair services for the NR2 HPAC equipment aboard the USNS Supply, with performance locations at Craney Island and Norfolk Naval Station in Virginia. The procurement requires Original Equipment Manufacturer (OEM) representatives to inspect and repair the equipment, with the contract performance period scheduled from March 5 to April 19, 2025. This opportunity is critical for ensuring the operational integrity and safety of naval operations, as the equipment is essential for ship functionality. Interested vendors should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or 757-341-5658, or Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further details, and must comply with federal contracting regulations, including wage determinations and security protocols.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. The solicitation, numbered N3220525Q2234, requires vendors to provide specific technical capabilities, including compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, with delivery expected by July 25, 2025, to a facility in Norfolk, Virginia. Interested parties must submit their quotes by March 5, 2025, including pricing details and technical submissions, as the evaluation will focus on technical capability and price, favoring the lowest priced technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    USNS WILLIAM MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12), with a focus on engaging small businesses for this contract. The procurement, identified by solicitation number N3220525R4043, involves approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs, with an anticipated performance period of 61 days starting around September 24, 2025. This initiative is crucial for maintaining naval vessels and ensuring operational readiness, highlighting the MSC's commitment to fostering competition among small contractors. Interested parties should note that the NDA related to sensitive technical data must be adhered to, and further details will be available on SAM.gov by March 7, 2025. For inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS CATAWBA Propeller Hub Refurbishment
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of two E-85/4 ATF Shore Side Spare propeller hubs, with the work to be performed by Propulsion Systems Inc. (PSI), the Original Equipment Manufacturer (OEM). This procurement aims to ensure the operational readiness of marine propulsion systems, requiring services to be completed between April 15 and September 1, 2025, with delivery expected at the contractor's facility in Seattle, Washington. Only quotes from OEM-authorized technicians will be accepted, emphasizing the importance of quality assurance and compliance with federal regulations throughout the refurbishment process. Interested parties must submit their quotations by 1:00 PM EST on March 3, 2025, and can contact Ian Keller at ian.keller@navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    USNS WILLIAM MCLEAN CRANE ChemPharma Sea Valves
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of CRANE ChemPharma butterfly valves for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a series of valves in various sizes, with a firm-fixed price purchase order anticipated, and is not set aside for small businesses. The valves are critical for the ship's propulsion and safety systems, and the MSC has determined that only authorized distributors of CRANE ChemPharma can meet the specific technical requirements necessary for operational readiness. Interested vendors must submit their quotes by March 4, 2025, detailing pricing and compliance with government standards, with the contract award expected to be based on the lowest priced, technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, classified under solicitation number N3220525Q2123. This procurement is critical for naval operations, as the degaussing systems are essential for ensuring the operational safety and effectiveness of naval vessels. Interested vendors must submit their quotes, including technical specifications and pricing, by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    USNS WASHINGTON CHAMBERS Degaussing Parts
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of degaussing parts for the USNS WASHINGTON CHAMBERS, focusing on various electrical equipment and components. The solicitation, identified by number N32205252206, includes specific requirements for items such as Ethernet cables and IGBT modules, with a mandate for compliance with Ultra Marine US/EMS Development Corporation standards. This procurement is critical for maintaining the operational readiness of naval vessels, and the contract will be awarded based on the lowest priced technically acceptable offeror, with delivery expected by September 30, 2025. Interested vendors must submit their quotes by February 18, 2025, via email, and can reach out to primary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or secondary contact Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a winch kit and various screws as part of the USNS SUPPLY Rescue Boat project. This solicitation, identified as N3220525Q2212, emphasizes the need for specific commercial products and services, with a firm-fixed price purchase order anticipated and delivery required by October 9, 2025, at a designated location in Norfolk, VA. The procurement is critical for ensuring safety and operational continuity in ship operations, with the requirement for compliance with federal regulations and evaluation criteria focusing on technical capability and pricing. 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, and must submit detailed quotes by the specified deadline.