Cylinder Rebuild
ID: N4523A24Q4080Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a contract focused on the rebuild of Elwell Parker R335 Main Lift Cylinders at the Puget Sound Naval Shipyard. The contract requires comprehensive services including disassembly, inspection, repair, and testing of the lift cylinders, with an expected completion timeframe of 4 to 6 weeks. These lift cylinders are critical for maintaining operational efficiency in military operations, underscoring the importance of reliable and functional equipment. Interested small businesses are encouraged to submit their proposals, and for further inquiries, they may contact Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Edwin Baldoria at edwin.m.baldoria.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document from assist.dla.mil addresses federal, state, and local government RFPs (Requests for Proposals) and grants. It emphasizes the importance of ensuring compliance and using the most current versions of relevant documents prior to submission. This guidance aims to assist potential bidders and grant applicants in understanding the requirements and standards necessary for their proposals. The file stresses the need for careful review of the documents to avoid using outdated information that could lead to disqualification or project delays. Overall, the primary purpose of the document is to enhance awareness around RFP and grant processes, ensuring that parties involved are well-informed and adhere to established guidelines for successful applications.
    The Flash Report, identified as DI-MISC-80760A, serves as a crucial data deliverable required within 24 hours post-test completion. It provides essential updates on test progress and trends, enabling timely adjustments and monitoring of test logic. The document outlines specific requirements including the report's format, which should be contractor-selected and consistent across submissions. The report's content must encompass key aspects such as the type of test conducted, a detailed identification of the test item’s configuration, the completion date, the test objectives, and preliminary observations. This data item description supersedes an earlier version and emphasizes the importance of clear and timely communication regarding test results, aligning with the overall goals of federal government requests for proposals (RFPs), grants, and related projects. Maintaining uniformity in reporting is vital for effective oversight and decision-making in projects related to testing assessments.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) issued by the Department of Defense, outlining the data requirements for government contracts. The document mandates the collection of specific types of data, which fall into categories such as Technical Data Packages (TDP), Technical Manuals (TM), or other relevant data types. Key sections include organizational details about the contractor, data item specifications, submission guidelines, and distribution instructions. It specifies essential documentation tasks, including the submission of reports detailing components replaced and the requirement to attach additional documentation to the Wide Area Workflow (WAWF). The roles of various offices and reporting frequencies are outlined alongside instructions for completion, emphasizing the importance of clarity in data delivery and adherence to established protocols. This form is critical for ensuring that contractors provide necessary documentation to support project requirements effectively while complying with federal regulations. The structured approach prioritizes timely communication and systematic documentation to facilitate oversight and quality assurance within the contract lifecycle.
    The DD Form 1423-1 is a contract data requirements list utilized by the Department of Defense to collect essential data items pertaining to contracts. This form outlines the necessary information regarding the submission of documents, such as Technical Data Packages (TDP) or Technical Manuals (TM), and specifies details like contract references, data item titles, submission dates, and distribution requirements. The document also sets forth categories for data items, inspection and acceptance protocols, and establishes responsibilities for both the government and contractor regarding data delivery. The form includes instructions for both government personnel and contractors on completing the document accurately, ensuring compliance with specified requirements. It delineates the purpose of data items, the pricing groups related to data development costs, and provides guidelines for submitting documentation via the Wide Area Workflow e-business suite. In summary, the DD Form 1423-1 serves as a structured means to manage contract data requirements and is integral in maintaining the orderly flow of information and adherence to government standards in contract execution and management.
    The government file presents a solicitation for procurement, specifically detailing the acquisition of lift cylinders under Solicitation Number N4523A24Q4080. The program title and notes signify that the item, identified by part number 7790300-2, is a non-serialized main lift cylinder, with a total of two units required for purchase. Each unit has an acquisition cost of $27,736.00, and the delivery is expected within four weeks. Notably, the document indicates that the item is obsolete and cannot be procured new. Additionally, a CAGE code (1RNY9) is included for reference. The solicitation attachment is dated August 23, 2024, with the contract status marked as approved. This procurement request underlines the government's need to replace essential outdated equipment, ensuring continued operational capability while managing the complexities of sourcing obsolete items.
    The document outlines a solicitation for a non-personnel services contract aimed at refurbishing Elwell Parker R335 Main Lift Cylinders, primarily used at the Puget Sound Naval Shipyard. This contract entails comprehensive services including disassembly, inspection, repair, and testing of the lift cylinders within a period of 4 to 6 weeks. The contractor is responsible for coordinating shipment to and from the shipyard, ensuring that all equipment meets performance standards as specified in the Performance Work Statement (PWS). Key tasks involve detailed inspections, cleanings, replacement of seals, restoration of parts, and testing to ensure safe operational standards are met. The performance objectives include timely reporting, effective communication with government representatives, and the delivery of final condition reports following repairs. Compliance with specific government clauses and regulations concerning quality assurance and cybersecurity measures is mandatory. The document underscores the focus on utilizing qualified small and veteran-owned businesses while adhering to established procurement policies. It contextualizes the refurbishing project within the broader goal of maintaining operational efficiency and functionality of critical lifting equipment in military operations.
    Lifecycle
    Title
    Type
    Cylinder Rebuild
    Currently viewing
    Solicitation
    Similar Opportunities
    CYLINDER ASSEMBLY,A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of the Cylinder Assembly, A (part number 003277008, NSN 14-43140-501). The procurement requires contractors to provide all necessary facilities, labor, materials, and equipment to ensure the items are returned to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. This assembly is critical for aircraft operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil, with proposals expected to meet the outlined requirements and timelines.
    1680 - SERVOCYLINDER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of two servocylinders (NSN 7R6615011585984, 70410-22820-043) intended for Foreign Military Sales to Taiwan. The repair work is designated as sole source to Parker Hannifin Control Systems Division, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    16--OUTER CYLINDER,LAND, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Outer Cylinder, Land, with a National Stock Number (NSN) of 7R-1620-010676055-VF. The procurement involves a quantity of 9 units, which must be manufactured, tested, and inspected in accordance with the original equipment manufacturer (OEM) specifications and latest drawings. This component is critical for aircraft landing gear systems, underscoring its importance in maintaining operational readiness for naval aviation. Interested vendors must submit their proposals, including traceability documentation and cost data, to Jaclyn Dooling at jaclyn.dooling@navy.mil by the specified deadline, with early deliveries accepted at no cost to the government.
    30--CYLINDER, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of hydraulic cylinders, specifically NSN 3040002253216, with a total quantity of 72 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of 10. These hydraulic cylinders are critical components for various military applications, and the items must conform to specific source-controlled drawings and military specifications. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified vendors to provide Cylinder Assembly units under a firm-fixed-price contract. The procurement involves 12 units of the Cylinder Assembly, specifically part number 6-372-002371, with a one-year option for an additional quantity, emphasizing the urgency of timely delivery and compliance with military specifications. These components are critical for military applications, ensuring operational readiness and reliability. Interested vendors must submit proposals via email, adhere to Federal Acquisition Regulations, and comply with a delivery schedule of 180 days post-award. For further inquiries, contact Carrie Mahlmeister at carrie.mahlmeister@dla.mil or call 586-467-1200.
    20--CYLINDER ASSEMBLY,R
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Cylinder Assembly, NSN 2040015787936, to be delivered to the Portsmouth Naval Shipyard. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses have the opportunity to compete for this contract, which falls under the NAICS code 114119, related to Other Marine Fishing, and the PSC code 20, pertaining to Ship and Marine Equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's website.
    CYLINDER HYDRAULIC ASSEMBLY PC-10
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking quotes for the procurement of a Cylinder Hydraulic Assembly PC-10, specifically designed for military applications. This opportunity is a total small business set-aside, emphasizing the need for qualified small businesses to provide a corrosion-resistant steel hydraulic cylinder assembly, with detailed specifications available upon request. The procurement is critical for maintaining operational capabilities within the Portsmouth Naval Shipyard, and interested vendors must submit their quotations by September 12, 2024, ensuring compliance with various federal regulations and cybersecurity standards. For further inquiries, potential contractors can contact Jannell Moriarty at jannell.moriarty@dla.mil or via phone at 207-438-6395.
    16--CYLINDER,ACTUATING,, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of an actuating cylinder, classified under the NAICS code 336413. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated costs for the repair of this item, which is critical for aircraft hydraulic systems. The procurement emphasizes the importance of quality and compliance with various federal regulations, including the Buy American Act and Equal Opportunity provisions. Interested contractors must submit their quotes via email to Christopher Kilcours at christopher.kilcours@navy.mil by the specified closing date, with further inquiries directed to his office at 215-697-3992.
    LIFT, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of hydraulic lifts. The contract requires the manufacture and design of hydraulic lifts that meet specific technical requirements, including compliance with standards set by Genie Industries Inc. The hydraulic lifts are critical for maintenance and repair operations within the Navy, ensuring operational readiness and safety. Interested vendors, particularly those eligible under the 8(a) program, should direct inquiries to Eva A. Raczka at 717-605-1714 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    25--CYLINDER,HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of hydraulic cylinders, specifically NSN 2530017138313, with a total quantity of 12 units required. The solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the NAICS code 336330, related to motor vehicle steering and suspension components manufacturing. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 126 days after the award. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.