USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
ID: N3220525Q2313Type: Presolicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 4:05 PM UTC
This memorandum addresses the justification for using other than full and open competition for an acquisition that falls under the simplified acquisition threshold. It cites FAR 13.106-1(b)(1)(i), stating that Contracting Officers can solicit from a single source when only one source is reasonably available due to urgency, licensing exclusivity, or similar conditions. The requirement involves the provision of OEM support from Austal USA for troubleshooting IMCS redundant server faults, with a performance window from April 21 to May 16, 2025. The determination for lack of competition is based on several factors: Austal USA has proprietary rights to unique software and maintenance procedures, and the equipment can only be serviced by the OEM to maintain warranties and reliability. Additionally, the equipment is considered critical, and the failure to procure it could jeopardize the ship’s operations or safety. The urgency of the supply is emphasized, indicating immediate needs to avoid mission disruption. Supporting documentation is required to establish the legitimacy of the exclusive licensing agreement and to justify the necessity for limited source solicitation.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
USNS BRUNSWICK - IMCS Groom and Repair
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Original Equipment Manufacturer (OEM) technical services for the Integrated Machinery Control System (IMCS) maintenance on the USNS BRUNSWICK (T-EPF 6). The procurement involves annual maintenance tasks, including component replacements and inspections of various technical systems, which are critical for ensuring the operational readiness of the vessel. The contract period is set from May 1 to May 30, 2025, with performance taking place at JEB Little Creek, Virginia. Interested vendors should direct inquiries to Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or Molly Dickson at molly.l.dickson.civ@us.navy.mil for further details.
USNS COMFORT Integrated Bridge System
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking small businesses capable of designing, building, installing, and testing a new Integrated Bridge System (IBS) for the USNS COMFORT, along with necessary upgrades to the Wheelhouse. This procurement aims to replace obsolete navigation systems to ensure safe vessel operation, which is critical for military healthcare and disaster relief missions. Interested firms must submit a capabilities statement by April 23, detailing their qualifications and approach, and must be registered in the System for Award Management (SAM) with relevant identifiers. For further inquiries, potential contractors can contact Shawnda Forbes at shawnda.m.forbes.civ@us.navy.mil or by phone at 757-443-5954.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from potential vendors regarding their capabilities to provide worldwide navigational bridge services for Northrop Grumman/Sperry Marine equipment on MSC vessels. This Sources Sought Notice aims to gather insights for acquisition planning and is not a solicitation for bids or contracts; interested parties are encouraged to submit a capabilities package detailing their qualifications and experience by April 25, 2025. The services are critical for maintaining operational readiness across the fleet, emphasizing the importance of technical support, maintenance certifications, and compliance with government regulations. For further inquiries, vendors can contact Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk office, is soliciting proposals for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves addressing specific repair needs as outlined in Amendment 0001, which responds to requests for clarification and revises or adds work instructions. The ship repair services are critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or call 564-226-1277 for further details regarding the solicitation process.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk, is soliciting proposals for the Post Shakedown Availability (PSA) of the USNS ROBERT E. SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, specifically aimed at ensuring the vessel's operational readiness following its initial shakedown period. The PSA is a critical phase in the lifecycle of naval vessels, as it addresses any deficiencies identified during trials and enhances the ship's capabilities for future missions. Interested contractors can access the solicitation and related documents via the provided link, and for further inquiries, they may contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
USNS ROBERT PEARY CENTRIFUGAL PUMP PARTS
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for centrifugal pump parts specifically for the USNS Robert Peary, with a focus on components supplied by Air & Liquid Systems Corporation. This procurement is critical as it involves original parts necessary for the functionality and compatibility of essential ship equipment, with a total anticipated cost of $181,615.93 and a delivery deadline set for April 22, 2025. The solicitation is not set aside for small businesses and emphasizes the importance of adhering to federal regulations, including labor standards and quality assurance protocols. Interested vendors must submit their quotations electronically by 10:00 AM EST on April 24, 2025, and can contact Christina Guevara or Edward Ruhling for further information.