USNS LEWIS AND CLARK (SWBD LOOP INTERLOCK)
ID: N3220525Q2217Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

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

PSC

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

    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of ship service switchboard interlock failures on the USNS Lewis and Clark. The procurement aims to ensure high-voltage safety compliance during the service period scheduled from February 17-21, 2025, at Naval Weapons Station Earle, New Jersey. This equipment is critical for ship safety, preventing potential hazards to the vessel, crew, or environment, and the urgency of the requirement necessitates a non-competitive procurement process. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command's combined synopsis/solicitation (N3220525Q2217) seeks quotes for troubleshooting and repairing ship service switchboard interlock failures on the USNS Lewis and Clark. The service period is scheduled from February 17-21, 2025, at Naval Weapons Station Earle, NJ, with a focus on high-voltage safety compliance. No small business set-asides apply, and the NAICS code for this procurement is 811310, emphasizing the repair and maintenance of commercial and industrial machinery. Quotes must comply with FAR provisions, highlighting the need for detailed pricing, technical submissions, and qualifications of the service providers. All submissions are due by February 14, 2025, with emphasis on timely and complete proposals. Evaluation criteria stress the importance of technical capability and price, with awards going to the lowest-priced, technically acceptable quoter. The solicitation outlines specific quality assurance requirements, packaging, and submission processes relevant to federal contracts. Emphasis on compliance with various regulatory provisions ensures that the selected contractor adheres to the highest standards of federal contracting guidelines.
    This memorandum discusses the justification for using a non-competitive procurement process for the troubleshooting and repair of a Ship Service Switchboard Interlock, needed by February 17-21, 2025, from Customs Panel and Controls LLC. Under the simplified acquisition threshold, the contracting officer may solicit from only one source due to several factors, including urgency and proprietary rights. The equipment is classified as critical ship safety equipment, with potential hazards to the ship, crew, or environment if it fails. The requirement was identified on January 5, 2024, necessitating prompt procurement to avoid disruptions to mission operations, as the interlocks ensure electrical safety by preventing simultaneous circuit breaker closures. The document emphasizes the urgency of the requirement and the absence of equivalent non-OEM parts as additional justification for the sole source solicitation. Overall, it seeks to align procurement actions with federal regulations ensuring safety and operational effectiveness within the maritime domain.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS WILLIAM MCLEAN Bow Thruster
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of a bow thruster for the USNS William McLean, focusing on maritime equipment and related services. The solicitation, identified as N3220525Q2203, requires a firm-fixed-price purchase order for specific parts, particularly from Kongsberg Marine, North America, with delivery expected by September 30, 2025. This procurement is critical for enhancing the operational capabilities of naval vessels, ensuring compliance with federal regulations, including labor and cybersecurity mandates. Interested vendors must submit their proposals by February 18, 2025, and can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil for further information.
    USNS WASHINGTON CHAMBERS Degaussing Parts
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of degaussing parts for the USNS WASHINGTON CHAMBERS, with a focus on electrical equipment and components. The solicitation includes specific requirements for items such as Ethernet cables and IGBT modules, which must comply with standards set by Ultra Marine US/EMS Development Corporation. This procurement is critical for maintaining the operational capabilities of naval vessels, ensuring compliance with military standards and telecommunications security regulations. Interested vendors must submit their quotes by February 18, 2025, with delivery expected at a San Diego location by September 30, 2025. For further inquiries, contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    USNS MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is issuing a Sources Sought Notice for potential contractors to express their capabilities for a Mid-Term Availability project involving the USNS MCLEAN (T AKE 12), scheduled to commence around September 24, 2025. The procurement aims to identify qualified shipyards capable of performing various maritime repair and maintenance tasks, including general ship services, potable water tank repairs, machinery inspections, and the installation of surveillance systems. This opportunity is crucial for ensuring the operational readiness of the USNS MCLEAN and supports the broader mission of the Navy's maritime operations. Interested firms must submit a capabilities package by February 25, 2025, detailing their business structure, facility location, and relevant experience, with inquiries directed to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    USNS WALLY SCHIRRA OHE RECERT
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for Ordnance Handling Equipment (OHE) Safety Recertification services for the USNS WALLY SCHIRRA, with performance expected in Guam from July 1, 2025, to September 1, 2025. The procurement requires vendors to provide comprehensive labor, tools, materials, and vehicles necessary for the recertification process, including inspections, repairs, certifications, and disposal of equipment, ensuring compliance with federal regulations and technical requirements. This contract is critical for maintaining the safety and operational readiness of military equipment, emphasizing the need for qualified service providers with experience in weight testing and safety certifications related to shipboard-approved OHE. Quotes are due by February 18, 2025, and interested parties can contact Ryan Greer at ryan.e.greer.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil for further information.
    MSC USNS CHARLES DREW OHE
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for Ordnance Handling Equipment (OHE) Safety Recertification services for the USNS CHARLES DREW (T-AKE 10). The procurement involves a firm-fixed price contract for comprehensive inspection, testing, and certification of 507 pieces of OHE, including various sling types and hoisting gear, with an emphasis on ensuring compliance with safety standards and operational effectiveness. This acquisition is critical for maintaining ship safety and regulatory compliance, with an anticipated cost of $31,785 and a performance period scheduled between July 15, 2025, and September 15, 2025. Interested contractors must submit their quotes by February 14, 2025, and can reach out to Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil for further information.
    MATERIALS REQUESTED ARE ESSENTIAL FOR PROPER FUNCTIONALITY OF THE 11M RHIB DAVIT USS BOXER
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking procurement of essential materials for the proper functionality of the 11M RHIB Davit aboard the USS Boxer. This solicitation includes various supplies, such as roller lever limit switches and Modbus/Ethernet gateways, which are critical for the operational readiness of the vessel. The contract is categorized as a Firm Fixed Price Supply type, emphasizing the importance of small business participation in the procurement process. Interested suppliers must submit their quotations by 1:00 PM on February 13, 2025, and can contact Leliza G. Sarino at leliza.g.sarino2.civ@us.navy.mil or by phone at 619-556-7742 for further details.
    Landing Craft Air Cushion (LCAC) Shaft Repairs
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for the repair of 16 Landing Craft Air Cushion (LCAC) Shafts to Thermal Spray Solutions, Inc. This procurement aims to sustain the operational capabilities of Assault Craft Unit-5 (ACU-5) at MCB Camp Pendleton, as the LCACs are critical for conducting various amphibious operations and supporting the warfighter. The anticipated award date for this firm fixed price contract is on or before February 14, 2025, with capability statements due by 8:00 AM PST on February 6, 2025. Interested parties should submit their capability statements via email to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no telephone requests will be honored.