USNS COMFORT Allied Davit Parts
ID: N3220526Q7021Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking a sole-source procurement of Allied Davit Parts for the USNS Comfort, specifically targeting Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The requirement includes critical components such as boat cradles, off-load hooks, and wire rope assemblies, which must be compatible with existing systems and adhere to various safety and certification standards. This procurement is essential for maintaining operational readiness and safety of the vessel, with a firm-fixed-price purchase order anticipated and delivery required by March 13, 2026, to Norfolk, VA. Interested vendors must submit their quotes by November 20, 2025, at 10:00 AM EST, via email to Colin Edick at colin.j.edick.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, N3220526Q7021, outlines critical clauses for government contractors, primarily focusing on Department of Defense (DoD) procurements. It details requirements for item unique identification (IUID) and valuation, specifying marking, serialization, and reporting standards for items costing $5,000 or more, as well as certain embedded, warranted, or special tooling items. Contractors must use the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, adhering to specific document types and routing instructions. The file also includes extensive offeror representations and certifications covering business size, veteran and women-owned business status, critical safety items like the Allied Davit, restrictions on business operations in Sudan, prohibitions on contracting with inverted domestic corporations, and limitations on transactions involving Iran's sensitive technology. Additionally, it addresses compliance with Buy American and Trade Agreements acts, child labor restrictions, and taxpayer identification requirements. The document emphasizes adherence to various FAR and DFARS clauses, ensuring compliance, traceability, and ethical conduct in federal contracting.
    The Military Sealift Command (MSC) has issued a combined synopsis/solicitation (N3220526Q7021) for commercial products and services, specifically for Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (NAICS code 333923). This Request for Quotes (RFQ) is a sole-source award to Allied Systems, provided a technically acceptable and fair price. The solicitation includes specific CLINs for boat cradles, off-load hooks, and wire rope assemblies, requiring prices to incorporate Section 232 tariffs, wood packaging, DOD unique identification, and shipping. A firm-fixed-price purchase order is anticipated, with delivery required by March 13, 2026, to Norfolk, VA. Quotes are due by November 20, 2025, at 10:00 AM EST via email to Colin J. Edick (colin.j.edick.civ@us.navy.mil). Evaluation factors include technical capability and price, with a strong emphasis on meeting all solicitation requirements. The document also details instructions for Wide Area Workflow (WAWF) invoicing, packaging, marking, and duty-free entry procedures.
    This memorandum justifies the use of other than full and open competition for acquiring an Allied Davit Kit and Release Hook, under the simplified acquisition threshold. The requirement, for replacement parts for the Allied Systems DC-8600CTS, is due by March 13, 2026. The determination is based on several factors: Allied Systems Company is the sole source due to exclusive licensing agreements as the contracted designer and installer. They possess unique knowledge and expertise to ensure material compatibility for the USNS Mercy. Additionally, the item is critical ship equipment, and the procurement adheres to MSC's standardization initiative for the Allied Systems DC-8600CTS, found on T-AH 19 and 20. The parts must be compatible in form, fit, and function. MSC lacks the manufacturing and technical information to evaluate non-OEM parts, and only authorized OEM representatives have the specialized tools and expertise required to work on this sophisticated equipment while adhering to USCG, ASME, SOLAS, and ABS certifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    25--DAVIT,VEHICLE,BOOM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of the NSN 2590009532172 DAVIT, VEHICLE, BOOM, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 13 units. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    ACV-R Crane Integration
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    10--CABLE,HOIST ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 24 units of the Cable, Hoist Assembly (NSN 1055-01-283-5832). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of three. The items are critical for military operations and must meet specific source-controlled drawing requirements, with approved sources listed in the solicitation. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    SOLE SOURCE –ELECTRIC LOAD HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the PSC code 3950, which encompasses winches, hoists, cranes, and derricks, indicating the need for specialized equipment essential for military operations. The Electric Load Hoist is critical for various lifting and handling tasks within naval operations, ensuring efficiency and safety in equipment management. Interested vendors can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil or call 812-227-9645 for further details regarding this opportunity.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    HOIST,CHAIN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of chain hoists under the title "HOIST, CHAIN." This procurement involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various military applications and operations. The contract will require compliance with specific quality assurance standards and documentation, including technical data and inspection requirements, to ensure the reliability and safety of the equipment. Interested vendors can reach out to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 60 days of the solicitation closing date.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.