Port Generator Repair
ID: N4523A25Q1105Type: Combined Synopsis/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- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors to perform repair services on a port-side Kohler generator for a dive boat at Naval Station Everett, Washington. The procurement involves a Firm-Fixed-Price contract, requiring the contractor to be an OEM certified Kohler dealer, responsible for replacing OEM parts and ensuring the generator's operability within a specified timeframe from August 25 to August 29, 2025. This repair is critical for maintaining operational readiness of the dive boat, emphasizing the importance of compliance with federal regulations and quality assurance standards throughout the process. Interested small businesses must submit their quotations by August 5, 2025, and can direct inquiries to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for the repair of the port-side Kohler generator on the C/760 dive boat, located at Naval Station Everett. The contractor must be OEM certified by Kohler and is responsible for providing all necessary personnel, materials, and equipment for the repairs, ensuring adherence to the American Boat and Yacht Council (ABYC) Standards A-27 and E-11. The work encompasses removing, replacing, and installing generator components while adhering to stipulated quality assurance standards, monitored through a Quality Assurance Surveillance Plan (QASP). The contract is set for a one-time repair period from August 25 to 29, 2025, requiring operational testing upon completion. The government will facilitate certain logistics, including access to facilities, utilities, and the presence of a Contracting Officer Representative (COR) during the repair process. Specific OEM replacement parts are detailed in the document, and the contractor is liable for acquiring these parts before the work period. The PWS underscores the importance of maintaining security protocols and ensuring that contractor personnel identify themselves properly. Overall, this PWS ensures that the contract aims for the efficient restoration of the generator, ensuring the dive boat can return to operational status with the required oversight and standards in place.
    The PSNS&IMF Contractor Badging & Access Requirements outline the procedures for contractor personnel to gain access to Department of Defense installations, specifically at Naval Base Kitsap and Puget Sound Naval Shipyard. Contractors must comply with security protocols and obtain appropriate credentials such as Common Access Cards (CAC) or Defense Biometric Identification System (DBIDS) badges to access secure areas. U.S. citizenship and successful completion of background checks are required for unescorted access. Specific processes for accessing controlled and sensitive areas, including Nuclear Work Areas, also involve submitting detailed requests and personnel information through formal channels. Furthermore, the document specifies regulations around badge issuance, vehicle access, and the use of electronic devices on site, emphasizing security and accountability. The establishment of strict guidelines aims to ensure safety and facilitate efficient operations in sensitive environments, highlighting the importance of compliance with federal security standards in government contracting.
    The document is a Request for Quote (RFQ) for a firm fixed-price purchase order concerning port generator repair at Naval Station Everett, WA. Quotations must be submitted by 5 August 2025, with performance scheduled from 25 to 29 August 2025. The solicitation invites commercial item proposals as per Federal Acquisition Regulations (FAR). Contractors must comply with all necessary permits, taxes, and laws. The contract's scope involves repairing a Kohler generator as detailed in the Performance Work Statement. Key evaluation criteria include proof of authorized Kohler distribution and relevant past performance in similar projects. The RFQ emphasizes the need for offers to include all applicable Federal, state, and local taxes, while also addressing various FAR and Department of Defense (DFARS) clauses. The document specifies mandatory compliance with regulations regarding child labor, tax liabilities, and certifications relating to telecommunications equipment. Overall, this RFQ outlines structured guidelines for responders, ensuring compliance and suitability in proposals, balanced with technical and past performance assessments, ultimately aiming for a successful contracting process for essential generator repair services.
    This document outlines responses to inquiries regarding the generator repair under RFP number N4523A25Q1105. It starts by providing details on the generator's specifications, including its serial number, make, and electrical ratings. The responses clarify that site visits will not be facilitated by the Government, and virtual attendance at meetings is not permitted unless a representative is onsite. Additionally, it addresses logistical concerns, highlighting that parking may be located up to 400 yards from the repair site, which is situated inside the vessel's engine room without a removable access patch. The responses aim to ensure contractors are well informed about access limitations and operational protocols associated with the generator repair project, reinforcing the government's structured approach in managing contractor engagement and site access during this federal initiative.
    Lifecycle
    Title
    Type
    Port Generator Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Generator Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide generator maintenance and repair services for six electrical motor generators located in Newport, Rhode Island. The procurement includes annual preventative maintenance and emergency repair services, with a requirement for a 24-hour response time for emergency calls, ensuring continuous power for critical shipboard test equipment. Interested contractors must submit a detailed capability statement, evidence of licensing and insurance, and past performance references by November 20, 2025, with a contract expected to be awarded as a Firm-Fixed Price purchase order for one base year and four option years. For further inquiries, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Synopsis Navy Repair LTC A024596
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole source Request for Quotation (RFQ) for the procurement or repair of 990 units of GENERATOR, DIRECT CU (NSN: 7R6115017015827, P/N: 766101B) from Hamilton Sundstrand Corporation. This procurement is critical as it supports the Navy's operational capabilities, with the generators being essential for various applications within the fleet. The solicitation is expected to be released on December 18, 2025, with a closing date of January 17, 2026, and interested parties are encouraged to submit their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil for consideration, although the procurement will not be delayed for Source Approval Requests from unapproved firms.
    Justification and Approval - N4523A23C0561
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    Getinge Steam Sterilizer Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    Intent to Sole Source -Repair of Spare EDG Governors
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract to Drake Controls-West, LLC for the repair of two Emergency Diesel Generator (EDG) Governors. This procurement is critical as it involves the overhaul and restoration of the governors to Original Equipment Manufacturer (OEM) specifications, ensuring operational readiness for Nimitz-class carriers, with no alternative vendors authorized to perform these specialized services. The contract is set to run from December 22, 2025, to February 24, 2026, and interested parties must submit their capability documentation by December 10, 2025, to the designated contacts, Emily Hamilton and Brian Fergus, via email.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.