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.