Marine Sanitation Device (MSD) critical parts and spares
ID: N0040625QS241Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Polish and Other Sanitation Good Manufacturing (325612)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

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 critical parts and spares for Marine Sanitation Devices (MSD) to support the USNS SACAGAWEA (T-AKE 2). This procurement aims to ensure compliance and readiness for military maritime operations by sourcing necessary components from the Original Equipment Manufacturer (OEM), JETS Vacuum AS, following an amendment that corrected the manufacturer's name from RedFox Environmental Services. Interested vendors must submit firm, fixed price proposals that demonstrate technical merit, price competitiveness, and past performance, along with proof of authorized distribution from the OEM. The deadline for submitting offers has been extended to June 16, 2025, and inquiries can be directed to Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil or Amber Hess at amber.e.hess3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a technical manual for the Marine Sanitation Device (MSD) and Vacuum Collection, Holding, and Transfer (VCHT) system designed for the USNS Lewis and Clark class vessels. It includes comprehensive installation, operation, and maintenance instructions along with specifications for the equipment manufactured by Red Fox Environmental Services, Inc. Key components covered include principles of operation for biological sewage treatment, the aeration process, clarification, disinfection methods, and troubleshooting. The manual specifies operational requirements, including the electrical and air supply connections, drainage protocols, and startup procedures for optimal performance. It emphasizes the importance of wastewater treatment to mitigate environmental risks by reducing the levels of Total Suspended Solids (TSS), Biochemical Oxygen Demand (BOD), and harmful pathogens in effluent as per regulatory standards. The document is intended for government contractors, shipbuilders, and military personnel responsible for maintaining compliance with environmental guidelines, ensuring safe and effective waste management aboard naval vessels. The manual's approval for unrestricted public distribution indicates its relevance in broader operational contexts for military and marine sanitation systems.
    The document outlines the technical manual for the Marine Sanitation Device (MSD) and Vacuum Collection, Holding, and Transfer System for the USNS Lewis and Clark (T-AKE 1) class vessels. Its primary purpose is to provide detailed instructions on the installation, operation, and maintenance of the sanitation system, produced by Red Fox Environmental Services, Inc. Notably, the manual includes specifications about the equipment, guidelines for proper system operation, and maintenance practices essential for peak efficiency. Significant sections cover the principles of wastewater treatment, which utilize aerobic microorganisms for effective waste management, as well as operational procedures for the MSD and associated systems. Key maintenance instructions advocate for regular inspections and adjustments of components such as aeration chambers and discharge pumps. Furthermore, the manual stresses the importance of environmental compliance by reducing pollutants in wastewater to regulatory standards. This technical manual serves as a comprehensive guide for operators and maintenance personnel, ensuring the system operates effectively while adhering to environmental regulations. Its distribution is approved for public release, catering specifically to the operational needs of military vessels.
    This document outlines the solicitation for a firm, fixed-price contract for critical parts and spares of the Marine Sanitation Device (MSD) from Original Equipment Manufacturer (OEM) RedFox Environmental Services Inc, intended for the USNS SACAGAWEA (T-AKE 2). It includes vital details such as requisition and solicitation numbers, contractor and administering codes, and specific item requirements. Offerors must respond by the deadline and submit inquiries to the contracting officer. The government aims to award a single contract based on favorable pricing, technical capability, and past performance, emphasizing the necessity of comprehensive quotes without exceptions. The delivery is stipulated for FOB destination in San Diego, CA, and items must be properly packed and marked for shipment, adhering to military guidelines. Additionally, vendors must register in the System for Award Management (SAM) to qualify for contract awards. As a Women-Owned Small Business (WOSB) solicitation, it reinforces the government's commitment to supporting women's business initiatives and compliance with federal procurement regulations. The document serves as a structured guide for potential contractors and includes specific terms, conditions, and necessary clauses associated with the contract.
    This document is an amendment to a solicitation for procurement by the U.S. Navy concerning Brand Name requirements for Original Equipment Manufacturer (OEM) parts from RedFox Environmental Services Inc., specifically related to Marine Sanitation Device (MSD) critical parts and spares for the USNS SACAGAWEA (T-AKE 2). Key changes within the amendment include adjustments to due dates and modifications of specific parts numbers across multiple contract line items. The amendment requires acknowledgment from offerors prior to specified deadlines and emphasizes the importance of compliance with packaging, marking, and delivery procedures, ensuring adherence to military standards. Vendors must also register in the System for Award Management (SAM) to qualify for government contracts, and the acquisition is anticipated to result in a firm, fixed-price contract. The solicitation's criteria for selection prioritize technical capability, price, and past performance, favoring offers that cover the entire scope of the requirement. The document serves as a critical update encapsulating essential contract modifications while outlining the procedural expectations for contractors in order to facilitate compliance and operational effectiveness in fulfilling government procurement requirements.
    The document outlines an amendment for solicitation N0040625QS2410002 concerning the procurement of critical Marine Sanitation Device (MSD) parts for the USNS SACAGAWEA (T-AKE 2) from Original Equipment Manufacturer (OEM) JETS Vacuum AS. The amendment extends the response date for offers from June 12, 2025, to June 16, 2025, and corrects the manufacturer's name in multiple items from RedFox Environmental Services Inc. to JETS Vacuum AS. It emphasizes that offers must be acknowledged by specified methods to avoid rejection. The solicitation seeks a firm, fixed price contract, evaluating offers based on technical merit, price, and past performance. Vendors are required to submit proposals with proof of authorized distribution from the OEM, along with compliance with relevant FAR and DFARS clauses for government contracting. This amendment reflects the government's aim to ensure compliance and readiness for military maritime operations by sourcing necessary components effectively and efficiently while supporting small businesses. The requirements for delivery, inspection, and proof of delivery are detailed, underscoring the importance of traceable shipments to specified military locations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    48--DISK,VALVE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the procurement of disk valves under solicitation number N00104-25-Q-ZD72. The contract will require the provision of specialized materials that are critical for shipboard systems, emphasizing the importance of quality assurance and compliance with stringent specifications to prevent failures that could lead to serious consequences. This procurement is particularly significant as it involves materials designated as "SPECIAL EMPHASIS," necessitating rigorous inspection and certification processes to ensure safety and reliability. Interested vendors must submit their offers by the extended deadline of December 18, 2025, at 4:30 PM local time, and can direct inquiries to Kathryn E. Shutt at 717-605-2430 or via email at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL.
    48--VALVE,ACTUATOR ASSY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the repair and modification of the Valve, Actuator Assembly. This procurement aims to refurbish critical components essential for naval operations, ensuring they meet stringent quality and performance standards. The selected contractor will be responsible for delivering the refurbished items within 183 days of contract award, adhering to specific engineering and quality assurance requirements. Interested parties should contact Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL for further details, noting that the deadline for offers has been extended to 4:30 PM EST on 30 June 2025.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for adhering to stringent quality assurance and inspection requirements, with a focus on maintaining traceability and compliance with classified documents. Interested parties must submit their offers by 4:30 PM EST on September 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support (WSS) Mechanicsburg, is soliciting proposals for the teardown, evaluation, repair, and modification of Valve and Actuator units, specifically NSN 7HH 4820-01-544-6503 and NSN 7HH 4820-01-544-7207. The procurement emphasizes firm-fixed-price offers and requires that final delivery occurs within 238 days from the contract's effective date, with past performance being a critical evaluation factor. These components are vital for maintaining operational readiness in naval systems, necessitating compliance with stringent quality assurance standards and access to classified drawings. Interested contractors must submit their proposals by 4:30 PM EST on January 9, 2026, and can direct inquiries to Madison M. Gray at MADISON.M.GRAY4.CIV@US.NAVY.MIL or by phone at 717-605-4056.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    29--SENSOR,EXHAUST VALV
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SENSOR, EXHAUST VALV, identified by NSN 2990016648583. The requirement includes a quantity of one unit to be delivered to the USS Gerald R. Ford (CVN 78) within 20 days after order (ADO), with approved sources specified for the item. This procurement is critical for maintaining the operational readiness of naval vessels, as exhaust valves are essential components in engine systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    DEFLECTOR,DIRT AND
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of a Deflector, Dirt and, which is classified under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. This procurement is critical as the material will be utilized in a crucial shipboard system, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. The solicitation has been extended, with the new deadline for offer submissions set for 4:30 PM local time on December 2, 2025, due to delays in posting necessary drawings. Interested parties should acknowledge the amendment and direct any inquiries to Robert H. Langel at 717-605-3353 or via email at robert.h.langel.civ@us.navy.mil.