16--AOC requires a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) type contr
ID: 1305M224Q0362Type: Sources Sought
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

AIRCRAFT PROPELLERS AND COMPONENTS (1610)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide comprehensive maintenance services for the 54H60-77 propeller system. The contract will encompass a range of services including inspection, repair, overhaul, scheduled and unscheduled maintenance, as well as training related to the propeller system, which includes components such as the prop control, valve housing, valve housing cover, and brush block assembly. This procurement is critical for ensuring the operational readiness and reliability of the aircraft systems supported by NOAA. Interested parties should contact Alicha Harris at ALICHA.HARRIS@NOAA.GOV for further details regarding the opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the Oscar Dyson Fisheries Survey Vessel's Midlife Extension Program. This federal contract focuses on extensive maintenance and upgrades to the vessel, including structural repairs, propulsion system repowering, and enhancements to electrical systems, all aimed at ensuring operational efficiency and compliance with safety standards. The project is critical for maintaining the vessel's capabilities in fisheries surveys and oceanographic research, with a total estimated cost of approximately $1.071 million. Interested contractors should contact Shawn Griscom at Shawn.Griscom@noaa.gov or 757-302-7783 for further details and to request reference documents, with the contract performance period extending until April 2027.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.