REQUEST FOR INFORMATION
ID: N3220524R4087Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

DIESEL ENGINES AND COMPONENTS (2815)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's Military Sealift Command (MSC) in Norfolk, Virginia, is issuing a Request for Information (RFI) for diesel engine maintenance and support services. The procurement aims to secure qualified contractors capable of providing technical support, parts procurement, repairs, and engineering services for diesel engines on MSC ships, with a focus on ensuring operational readiness and compliance with safety regulations. This opportunity is critical for maintaining the reliability and functionality of naval vessels, as it encompasses essential tasks such as overhauls, inspections, and lifecycle management of engine systems. Interested parties should contact Susan Moomaw at susan.h.moomaw.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil for further details regarding the submission process and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Diesel Engine Maintenance Start-up Readiness Assessment" procedure for U.S. Navy ships, focusing on ensuring the operational integrity of diesel engines prior to their start-up. Key phases include checks performed 72 hours, 48 hours, 24 hours, and immediately before start-up, aiming to verify safety and functionality of machinery systems. Essential tasks involve checking oil and water levels, ensuring fire safety systems are operational, verifying the integrity of machinery spaces, and testing control systems. A chief engineer is responsible for notifying relevant stakeholders about the readiness status of the engines before the start-up can commence. This structured approach ensures compliance with Military Sealift Command safety management procedures, emphasizing safety and readiness in maintaining naval operational capabilities. The document serves as a guideline for contractors and technicians involved in engine maintenance and is crucial for safeguarding personnel and vessels during operations.
    The provided document is a Contract Data Requirements List (CDRL) for the MSC Diesel Engine Support contract, detailing various data items required from the contractor, as per different sections of the Performance Work Statement (PWS). It outlines seven specific data item numbers (A001 to A007), including Overhaul Completion Report, Condition Found Report, Engine Start-Up Certification, and others, each specifying requirements for documentation, reporting frequency, and submission timelines. Key expectations include timely submissions of inspection reports, notifications of abnormal conditions, and adherence to quality assurance protocols. Contractors must ensure that all reports are formatted consistently and distributed to relevant authorities. This CDRL serves as a blueprint for contractors, guiding expectations for deliverables concerning engine maintenance and support tasks while emphasizing compliance with standards established by the military and government departments. Overall, the document facilitates structured communication and comprehensive oversight in the maintenance of MSC diesel engines, pivotal for operational readiness.
    The Performance Work Statement (PWS) outlines the requirements for parts and services from OEM and authorized non-OEM providers to maintain diesel engines on Military Sealift Command (MSC) ships. The contract type is Indefinite-Delivery Indefinite-Quantity (IDIQ), allowing the Government to generate task orders (TO) for specific services. Contractors must demonstrate qualification as either OEM authorized or MSC qualified service providers. Key services include technical support, parts procurement, repairs, and engineering services for various engine types listed in the document. Contractors are required to provide certified personnel and demonstrate their qualifications through detailed resumes and compliance with safety and technical standards. The scope of work encompasses overhauls, inspections, maintenance, and lifecycle management. The PWS emphasizes adherence to regulations, quality assurance, and timely performance. Contractors must maintain and deliver technical manuals, management reports, and follow strict packaging and transportation protocols. The overall objective is to enhance the reliability and operational readiness of MSC vessels while ensuring compliance with safety regulations and efficient management of resources.
    Lifecycle
    Title
    Type
    REQUEST FOR INFORMATION
    Currently viewing
    Presolicitation
    Similar Opportunities
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    USNS SUPPLY Lube Oil Pump Overhaul
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the overhaul of lube oil pumps for the USNS SUPPLY, specifically targeting mechanical power transmission equipment. This procurement involves two specific kits from CIRCOR Naval Solutions, LLC, with delivery expected by September 30, 2025, at a designated location in Norfolk, Virginia. The selected contractor will be awarded a firm-fixed-price purchase order based on the lowest priced, technically acceptable offer, with a focus on compliance with federal regulations and safety standards. Interested parties must submit their quotes by March 11, 2025, and can contact Thomas White at thomas.l.white222.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Main Engines, Gears, Jet Drives, & Generator Services on the S/V DAMRELL
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors to provide maintenance services for the S/V DAMRELL, focusing on its engines, gears, jet drives, and generators. The procurement involves performing a 2000-hour service on diesel engines, conducting oil changes for generators and marine gears, inspecting for wear, and replacing a microwave in the galley, with an emphasis on meeting technical specifications. This sources sought notice is crucial for identifying capable contractors to ensure effective maintenance and repair of maritime equipment, although no contract will be awarded from this notice. Interested parties must submit their qualifications by May 17, 2025, and can contact Anquonette Wilkins at anquonette.t.wilkins@usace.army.mil or 251-441-6531 for further information.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotations for the refurbishment of miscellaneous valves and pumps for the USNS Pecos, with a focus on commercial services. The procurement, identified by RFQ number N3220525Q4050, requires vendors to provide detailed quotes that include labor, materials, and travel costs, with the contract period spanning from May 2, 2025, to September 30, 2025. This opportunity is critical for maintaining the operational readiness of marine equipment, emphasizing compliance with federal acquisition regulations and technical capability. Interested parties should direct inquiries to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or call 757-642-0500 for further details.
    Lifecycle Manager (LCM) and In-Service Engineering Agent (ISEA) for US Navy diesel engine systems
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Lifecycle Manager (LCM) and In-Service Engineering Agent (ISEA) for US Navy diesel engine systems. This contract will provide service for five years with the enhanced LCM and ISEA support services for Navy, Military Sealift Command (MSC) and United States Coast Guard (USCG) engine lines under Caterpillar's cognizance. The purpose is to augment the effectiveness of critical diesel engine programs including Diesel Readiness System (DRS) and Diesel Maintenance System (DMS) by engaging with a primary diesel engine Original Equipment Manufacturer (OEM), Caterpillar. The scope of work includes program management, engineering/technical support, logistics support, engine training support, and administrative support. Interested parties may respond to the requirement.
    USNS WILLIAM MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12), with a focus on engaging small businesses for this contract. The procurement, identified by solicitation number N3220525R4043, involves approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs, with an anticipated performance period of 61 days starting around September 24, 2025. This initiative is crucial for maintaining naval vessels and ensuring operational readiness, highlighting the MSC's commitment to fostering competition among small contractors. Interested parties should note that the NDA related to sensitive technical data must be adhered to, and further details will be available on SAM.gov by March 7, 2025. For inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the overhaul service of two E-85/4 ATF propeller hubs currently stored in Norfolk, Virginia. This procurement, designated under solicitation number N3220525Q2189, requires contractors to be authorized service technicians from the Original Equipment Manufacturer, Propulsion System Inc. (PSI), and to provide necessary documentation to qualify. The refurbishment is critical for maintaining operational readiness and safety standards of marine equipment, with a firm-fixed price purchase order anticipated for the performance period from April 15 to September 1, 2025. Interested parties must submit their quotes by 4:00 PM EST on March 12, 2025, including pricing, delivery estimates, and technical submissions, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    Service of Cummins Engines for three Hydrographic
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide maintenance and repair services for three small boats utilized in hydrographic operations. The procurement involves comprehensive mechanical repairs, engine servicing, and the supply of necessary parts for vessels RA-3, RA-6, and 2902, which are critical to NOAA's marine research missions. This contract, set aside for small businesses, emphasizes adherence to safety protocols and the importance of maintaining operational capabilities for NOAA's fleet. Interested parties must submit their proposals by March 17, 2025, and can direct inquiries to James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or by phone at 757-317-0567.
    US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
    Buyer not available
    The Department of the Navy is seeking qualified contractors to provide global repair services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to ensure the operational readiness and reliability of these critical diesel generators, which are essential for submarine operations and emergency power supply. Interested parties should note that the primary point of contact for this opportunity is Derek W. Diep, who can be reached at derek.w.diep.civ@us.navy.mil, with Francis J. Brady as the secondary contact at francis.j.brady14.civ@us.navy.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.