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
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking quotations for the troubleshooting and repair of the Integrated Monitoring Control System (IMCS) on the USNS Burlington (T-EPF 10). The procurement requires the services of an Original Equipment Manufacturer (OEM) technical representative from Austal to perform annual maintenance, including fault diagnosis and repair of the IMCS redundant PLC server, with a performance period starting upon award, expected around May 23, 2025. This opportunity is critical for maintaining the operational efficacy and reliability of naval systems, ensuring compliance with stringent quality requirements. Interested parties should contact Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) for services related to the Integrated Monitoring Control System (IMCS) on the USNS Burlington, specifically for annual maintenance by an Original Equipment Manufacturer (OEM) representative from Austal. Issued on May 1, 2025, it seeks quotations for troubleshooting and repairing the IMCS redundant PLC server at Rhoads Industries, Philadelphia. The services are classified as firm-fixed-price, with a performance period starting upon award, expected around May 23, 2025. Key requirements include providing a qualified OEM field service representative, necessary labor and materials for fault diagnosis and repair, and the production of updated technical documentation post-service. The government will inspect and accept the services at the destination, ensuring compliance with stringent quality requirements outlined in the RFQ. Overall, this RFQ exemplifies the government's engagement in routine maintenance for naval systems, ensuring operational efficacy and adherence to technical specifications while also integrating regulatory compliance standards for federal contracts.
    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.
    Similar Opportunities
    USS MESA VERDE Starboard White Task Light Service and Repair
    Dept Of Defense
    The Department of Defense, through the Mid Atlantic Regional Maintenance Center, is seeking the Original Equipment Manufacturer (OEM) to perform service and repair on the USS MESA VERDE's Starboard White Task Light. The procurement involves inspecting, repairing, and replacing specific components, including LEDs and power supplies, as well as conducting operational tests to ensure compliance with the International Regulations for Preventing Collisions at Sea (COLREGS). This task light is critical for maritime safety and was originally installed under a Navy Prime Contract, with RSL Fiber Systems LLC identified as the OEM responsible for the necessary repairs. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    MASTER INTRFACE CON
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the Master Interface Connector (NSN: 7GH 5895 016611976). The procurement aims to secure repair services on a firm-fixed price basis, with a monetary limitation set at $103,409. This equipment is critical for maintaining operational readiness in naval systems, and the contractor must adhere to specific quality and packaging standards, including compliance with MIL-STD-2073-1E. Interested contractors should submit their repair quotes, including necessary documentation, to the primary contact, James B. Burnett, at 717-605-8656 or via email at james.b.burnett1.civ@us.navy.mil, with the solicitation closing date to be confirmed in the official notice.