USNS BRUNSWICK (T-EPF 6) IMCS annual maintenance
ID: N3220525Q2314Type: Presolicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Original Equipment Manufacturer (OEM) technical services for the Integrated Machinery Control System (IMCS) maintenance on the USNS BRUNSWICK (T-EPF 6). The procurement involves annual maintenance tasks, including component replacements and inspections of various technical systems, which are critical for ensuring the operational readiness of the vessel. The contract period is set from May 1 to May 30, 2025, with performance taking place at JEB Little Creek, Virginia. Interested vendors should direct inquiries to Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or Molly Dickson at molly.l.dickson.civ@us.navy.mil for further details.

Files
Title
Posted
Apr 22, 2025, 8:06 PM UTC
The document is a Request for Quotations (RFQ) issued by the Military Sealift Command for the provision of original equipment manufacturer (OEM) technical services related to the Integrated Monitoring Control System (IMCS) maintenance on the USNS BRUNSWICK. The RFQ outlines the need for an OEM representative from Austal USA to perform annual maintenance, including replacing certain components and conducting inspections of various technical systems as specified in the Statement of Work (SOW). Key components include detailed requirements for service delivery, specific locations of equipment requiring maintenance, and various inspections associated with IMCS hardware. Furthermore, the document includes clauses that detail the terms of service, payment methods, and compliance with federal regulations, ensuring that the contractor adheres to guidelines related to labor standards, environmental considerations, and whistleblower rights. The potential delivery period is indicated from May 1 to May 30, 2025. The RFQ emphasizes that submission of quotations does not commit the government to contract or pay for any related costs, reaffirming the non-binding nature of the request. A comprehensive understanding of the requirements and compliance with government contracting regulations is essential for interested vendors to respond accurately.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
USNS BRUNSWICK (GDMS DISCREPANCIES LIST)
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for commercial technical services to address discrepancies identified in a July 2024 service report for the USNS BRUNSWICK. The procurement involves OEM technical services from General Dynamics-Mission Systems (GD-MS) to perform inspections, repairs, and installations on critical communication systems and equipment, with a performance period scheduled from May 10 to May 30, 2025, at Joint Expeditionary Base Little Creek in Virginia. This opportunity is crucial for maintaining operational integrity and compliance with maritime regulations, as the communication systems are vital for ship safety and functionality. Interested contractors must submit their quotes, including pricing and technical capabilities, by adhering to the specified guidelines, and can contact James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil for further information.
BRUNSWICK Fire Pump VSD
Buyer not available
The Department of Defense, through the Military Sealift Command, is soliciting quotes for the overhaul of fire pump variable speed drives (VSD) at JEB Little Creek, scheduled for May 15-25, 2025. This procurement requires the original equipment manufacturer, Siemens, to perform the necessary repairs, emphasizing the critical nature of these components for ship safety and operational integrity. The contract will be awarded as a firm-fixed price purchase order, with detailed pricing and technical submissions required by April 30, 2025. Interested vendors should direct inquiries to Tiffany Johnson or Maria A. Morris via the provided contact information.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
USNS ROBERT PEARY CENTRIFUGAL PUMP PARTS
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for centrifugal pump parts specifically for the USNS Robert Peary, with a focus on components supplied by Air & Liquid Systems Corporation. This procurement is critical as it involves repairs to essential ship equipment, necessitating original parts to ensure compatibility and functionality, with a total anticipated cost of $181,615.93. The delivery of these parts is required by April 22, 2025, and the procurement process is structured as a firm-fixed price purchase order, with submissions due electronically by 10:00 AM EST on April 24, 2025. Interested vendors can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.
USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk, is soliciting proposals for the Post Shakedown Availability (PSA) of the USNS ROBERT E. SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, specifically aimed at ensuring the vessel's operational readiness following its initial shakedown period. The PSA is a critical phase in the lifecycle of naval vessels, as it addresses any deficiencies identified during trials and enhances the ship's capabilities for future missions. Interested contractors can access the solicitation and related documents via the provided link, and for further inquiries, they may contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
USS EMORY S. LAND (AS-39) HP/LP Turbine Parts
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of high-pressure and low-pressure turbine parts for the USS Emory S. Land (AS-39). This procurement involves various components manufactured by Curtis-Wright, including piston rings, valves, and thrust bearings, which are critical for maintaining operational readiness and compatibility with existing equipment configurations. Interested vendors must submit their quotes electronically by April 25, 2025, with delivery of the required items scheduled for January 30, 2026, to a designated location in San Diego, California. For further inquiries, potential bidders can contact Edward Yarbrough at edward.b.yarbrough.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.