USNS ROBERT KENNEDY Propeller Blades
ID: N3220525Q2300Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking to procure propeller blades for the USNS Robert Kennedy, with a focus on parts necessary for the vessel's overhaul. This procurement is being solicited as a sole source to Rolls-Royce, the Original Equipment Manufacturer (OEM), due to proprietary rights associated with the equipment, ensuring compatibility and compliance with existing systems. The contract is critical for maintaining operational safety and efficiency, with a required delivery date set for September 19, 2025. Interested parties can reach out to Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command is soliciting quotes for a firm-fixed price contract to procure various commercial products and services, specifically marine supplies and equipment, through solicitation N3220525Q2300. The request covers multiple line item numbers (CLINs) including lifting devices, lubricants, sealing compounds, and O-rings, with anticipated delivery to Norfolk, VA by September 19, 2025. Quotations must include detailed technical submissions, prices, discount terms, and delivery estimates, with a submission deadline of April 30, 2025. The government will evaluate responses based on technical capability and price, awarding the contract to the lowest priced, technically acceptable vendor. The document specifies compliance with federal regulations, including prohibitions on certain telecommunications and procurement practices, and emphasizes safety standards for critical materials and supplies. Details regarding submission format and communication are also included, indicating the importance of adhering strictly to the provided guidelines for successful bidding in government contracting.
    The Military Sealift Command has issued a combined synopsis and solicitation (RFQ No. N3220525Q2300) for commercial products and services, specifically for a variety of lifting devices, lubricants, and sealing compounds. The procurement, categorized under NAICS code 332999, involves 28 different contract line items with specified quantities and part numbers, and is not set aside for small businesses. The government seeks a firm-fixed-price purchase order with a required delivery date of September 19, 2025, to a specified Norfolk, VA location. Quoters are instructed to submit detailed price quotes, technical specifications, and delivery estimates, all due by April 30, 2025. The solicitation employs a "lowest priced technically acceptable" evaluation strategy to determine the awardee, emphasizing specifications that must meet the government's requirements. The document also includes mandatory FAR clauses contributing to compliance and operational integrity, prohibiting certain telecommunications services and addressing labor standards. The guidelines highlight the importance of specific regulations and clauses associated with government contracting, ensuring adherence to legal and ethical standards while fulfilling procurement needs.
    The document serves as a combined synopsis and solicitation notice for the Military Sealift Command, issuing a Request for Quotes (RFQ) under solicitation number N3220525Q2300 Rev2. It outlines the procurement of various commercial products, specifically parts and related supplies, which are not set aside for small businesses. The notice lists specific items and quantities needed, including mounting tools, lubricants, sealing compounds, and O-rings, among others. Quotations must be submitted electronically by May 27, 2025, with detailed price quotes, delivery estimates, and technical specifications. The evaluation criteria will focus on technical capability and price, with awards going to the lowest priced technically acceptable offer. Provisions of Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) apply, emphasizing compliance with various legal requirements concerning labor, telecommunications, and other relevant standards. Overall, this document highlights the government's commitment to acquiring necessary supplies for military operations while ensuring strict adherence to procurement regulations and standards.
    This memorandum outlines the justification for utilizing other than full and open competition for an acquisition that falls below the simplified acquisition threshold, specifically for the maintenance of propeller systems onboard the USNS Robert F. Kennedy (T-AO 208). Citing FAR 13.106-1(b)(1)(i), the document emphasizes that only one source, Rolls-Royce, is being solicited due to restrictive rights associated with proprietary equipment designed for this vessel. The required delivery date for the service is set for September 19, 2025. The memorandum details the exclusive and critical nature of the equipment, highlighting Rolls-Royce as the Original Equipment Manufacturer (OEM) with proprietary rights necessary for this contract. The importance of compatibility with existing systems and adherence to regulatory standards by ABS and USCG is also noted, underscoring the urgency and necessity of the equipment for operational safety. This document illustrates the structured procurement process involving limited competition due to specific exigencies and proprietary considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of a rotary rudder blade, specifically part number 70101-31000-046, from Sikorsky. The procurement involves two units of this specialized component, which is critical for helicopter operations, and is classified under NAICS code 336413 and PSC code 1615. As the government does not possess the necessary data to procure this item from alternative sources, interested parties are invited to submit capability statements or proposals within 35 days of this notice, although the solicitation is not open for competitive proposals. For further inquiries, interested organizations may contact Kate N. Schalck at kate.n.schalck.civ@us.navy.mil.
    Redacted Justification and Approval for Rolls-Royce OEM
    Dept Of Defense
    The Department of Defense, specifically the Southeast Regional Maintenance Center of the Department of the Navy, is seeking to procure services related to the Redacted Justification and Approval for Rolls-Royce OEM. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness of naval vessels. The opportunity is based in Jacksonville, Florida, and interested parties can reach out to H. Leigh Anderson at heidi.anderson@navy.mil or by phone at 904-607-1010 for further details. Additionally, Christopher C. O'Connor is available for inquiries at chris.oconnor1@navy.mil or 904-275-0512.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two critical BLADE, ROTARY RUDDER units, identified by NSN: 7R 1615 011589678 and Part Number: 70101-31000-046. This procurement is essential for restoring government-owned articles to operational condition and will be awarded under an existing Basic Ordering Agreement due to the sole-source nature of the requirement, which necessitates compliance with stringent quality and engineering standards. The contractor must adhere to military and commercial preservation and packaging standards, with a delivery period of 365 calendar days post-induction, and will be responsible for quality assurance in accordance with ISO 9001. Interested contractors should contact Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details regarding the submission of quotes and compliance requirements.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.
    BLADE SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of a BLADE SEAL, identified by NSN 1RM 9999 LLCGGB700 V2 and part number 901-031-277-101. The contract requires the submission of proposals from approved sources, and interested vendors must provide necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. This procurement is critical for maintaining operational readiness and support for the Navy's fleet, with a focus on ensuring quality and compliance with government standards. Interested parties should submit their quotes via email to Ryan P. Stock at RYAN.P.STOCK2.CIV@US.NAVY.MIL by the specified due date, as failure to comply with submission requirements may result in disqualification.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    29--TURBOCHARGER,LEFT - AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure turbochargers and similar replacement parts, specifically NSN 7H-2950-123960720, with a total quantity of 28 units. The procurement is intended to be a sole-source contract with Rolls-Royce Solutions America Inc. as the approved supplier, due to the government's determination that it is uneconomical to acquire the data or rights necessary for competitive sourcing. These parts are critical for maintaining operational readiness and performance of military equipment. Interested parties may submit their capabilities or proposals within 45 days of this presolicitation notice, and inquiries should be directed to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL.
    Engine, Diesel
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking a sole source procurement for diesel engines, specifically the Engine, Diesel with NSN 2815-01-412-2715, from Rolls Royce (CAGE 72582). The contract will require a minimum quantity of 208 units, with an option for an additional 1,425 units, and will be awarded as a firm fixed price contract. These diesel engines are critical components for military vehicles and equipment, ensuring operational readiness and reliability. The solicitation is expected to be released on or about December 26, 2024, and interested parties can download the solicitation from SAM (www.sam.gov). For inquiries, contact Kay Lynn Machacek at kay.machacek@dla.mil.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.