USNS CODY (STERN RAMP REPAIR)
ID: N3220525Q2254Type: 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 repair of the stern ramp on the USNS CODY (EPF 14) in Virginia Beach, Virginia. This procurement involves Original Equipment Manufacturer (OEM) support, including labor, materials, and travel, with a focus on compliance with the manufacturer's standards, scheduled for March 3-14, 2025. The repair is critical for maintaining operational readiness and safety standards for military operations, necessitating qualified technical service providers to ensure adherence to rigorous safety protocols. Interested vendors must submit detailed quotes by February 28, 2025, and can contact James E. Greene at james.e.greene7.civ@us.navy.mil or 757-443-2929 for further information.

    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis/solicitation for commercial services related to the repair of the stern ramp on the USNS CODY (EPF 14). Solicitation N3220525Q2254 invites quotes for a firm-fixed price purchase order for Original Equipment Manufacturer (OEM) support scheduled for March 3-14, 2025, at JEB Little Creek, Virginia Beach, VA. The solicitation encompasses the labor, materials, and travel necessary for equipment repair, emphasizing compliance with the manufacturer's standards. Vendors must submit detailed quotes by February 28, 2025, detailing itemized labor and material costs, delivery timelines, and relevant procurement certifications, adhering to FAR and DFARS guidelines. Technical capability and pricing will be assessed to determine the most advantageous offer to the government, with a preference for small businesses where applicable. As this is a critical safety item repair, qualified technical service providers must conduct the work, ensuring adherence to rigorous safety and operational standards. Moreover, vendors require proper access arrangements for the Navy base and ship to facilitate compliance with security protocols prior to contract execution. This solicitation exemplifies the federal government's focus on ensuring robust support for military operations while maintaining operational readiness and equipment safety standards.
    This memorandum outlines the justification for using other than full and open competition for an acquisition under the simplified acquisition threshold. The procurement concerns a service from Trident Maritime Systems, necessitated by an urgent requirement to repair a ramp due to wire rope issues, with a delivery date of February 24, 2025. The document indicates that only one source, Trident Maritime Systems, can fulfill the requirement due to proprietary rights and the nature of the equipment involved, which is critical for ship operations. The justification cites various factors, including exclusive licensing and standardization initiatives, confirming that the equipment's compatibility with existing systems demands procurement from the OEM. The anticipated procurement value and necessary certifications from relevant officials are also addressed, emphasizing the urgency and importance of compliance with established procurement regulations. Overall, this memorandum illustrates the necessity of limiting competition in this specific acquisition process while adhering to federal guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS SUPPLY HPAC NR 2 Repairs
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotations for maintenance and repair services for the NR2 HPAC equipment aboard the USNS Supply, with performance locations at Craney Island and Norfolk Naval Station in Virginia. The procurement requires Original Equipment Manufacturer (OEM) representatives to inspect and repair the equipment, with the contract performance period scheduled from March 5 to April 19, 2025. This opportunity is critical for ensuring the operational integrity and safety of naval operations, as the equipment is essential for ship functionality. Interested vendors should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or 757-341-5658, or Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further details, and must comply with federal contracting regulations, including wage determinations and security protocols.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    USNS CATAWBA Propeller Hub Refurbishment
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of two E-85/4 ATF Shore Side Spare propeller hubs, with the work to be performed by Propulsion Systems Inc. (PSI), the Original Equipment Manufacturer (OEM). This procurement aims to ensure the operational readiness of marine propulsion systems, requiring services to be completed between April 15 and September 1, 2025, with delivery expected at the contractor's facility in Seattle, Washington. Only quotes from OEM-authorized technicians will be accepted, emphasizing the importance of quality assurance and compliance with federal regulations throughout the refurbishment process. Interested parties must submit their quotations by 1:00 PM EST on March 3, 2025, and can contact Ian Keller at ian.keller@navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard, is soliciting quotations for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine, with a focus on small business participation. This procurement emphasizes compliance with federal acquisition regulations and requires detailed submissions, including adherence to safety, security, and operational protocols during the repair process. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation, with a quote submission deadline set for March 19, 2025. Interested contractors can reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further information.
    Warping Capstan 2 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the removal, overhaul, and reinstallation of a Rexnord Style 86,600 electric disc brake on Warping Capstan 2. This procurement is critical for maintaining operational efficiency and safety standards within naval operations, emphasizing the importance of compliance with safety regulations and operational standards. Interested vendors must be registered in the System for Award Management (SAM) and submit separate technical and price quotes by 12:00 PM EST on March 4, 2025, with the contract period running from March 6, 2025, to August 30, 2025. For further inquiries, vendors can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    USNS BRUNSWICK (T-EPF 5) FDTD CUPS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 300 Alcoa Gen 2 Flight Deck Tie Down Cups, essential components for the T-EPF Class vessels. This procurement is critical due to the high failure rate of existing cups, necessitating reliable replacements to maintain operational capabilities. The contract will be awarded based on the lowest priced technically acceptable offer, with a firm-fixed price structure requiring delivery to a designated warehouse in Norfolk, VA by May 1, 2025. Interested vendors must submit their quotations by March 5, 2025, and can direct inquiries to Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or by phone at 564-226-5421.
    Warping Capstan #5 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the overhaul of the Rexnord Style 86,600 electric disc brake for Warping Capstan 5. The procurement requires vendors to supply all necessary materials and equipment to complete the task, which is scheduled to take place between March 6, 2025, and August 30, 2025, at the shipyard located in Portsmouth, Virginia. This opportunity is critical for maintaining operational readiness and safety standards within naval operations, emphasizing compliance with OSHA regulations and the need for Defense Biometric Identification System (DBIDS) credentials for base access. Interested parties must be registered in the System for Award Management (SAM) and submit their proposals in two volumes—technical and price—by the specified deadlines, with further inquiries directed to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a SOLAS winch kit and various screws and washers under solicitation number N3220525Q2212. This acquisition is critical for supporting naval operations and ensuring the safety and effectiveness of maritime activities. The anticipated contract will be a firm-fixed price purchase order, with delivery required by October 9, 2025, to a designated location in Norfolk, VA. Interested vendors must submit their quotes by 10:00 AM EDT on March 12, 2025, and are encouraged to contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.
    USNS GUADALUPE PROPELLER MAINTENANCE PARTS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is soliciting quotes for maintenance parts for the USNS Guadalupe, specifically focusing on fabricated metal products under NAICS code 332999. The procurement includes a range of items such as installation kits, seals, o-rings, and various hardware components, detailed across ten Contract Line Item Numbers (CLINs), which are essential for maintaining military maritime operations. Interested vendors must submit their quotes via email by March 11, 2025, with a delivery deadline for the required parts set for April 17, 2025, to a designated location in San Diego, CA. For further inquiries, potential bidders can contact Christopher Johns or Christopher Ward via the provided email addresses.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. The solicitation, numbered N3220525Q2234, requires vendors to provide specific technical capabilities, including compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, with delivery expected by July 25, 2025, to a facility in Norfolk, Virginia. Interested parties must submit their quotes by March 5, 2025, including pricing details and technical submissions, as the evaluation will focus on technical capability and price, favoring the lowest priced technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.