OEM KOSMG FRESHWATER HEAT EXCHANGER PARTS
ID: N0040625QS091Type: Solicitation
Overview

Buyer

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

NAICS

Heating Equipment (except Warm Air Furnaces) Manufacturing (333414)

PSC

HEAT EXCHANGERS AND STEAM CONDENSERS (4420)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR PUGET SOUND, is soliciting bids for OEM KOSMG Freshwater Heat Exchanger parts. This procurement aims to secure specific brand-name components, including gaskets and flanges, essential for the operation of freshwater exchangers, with a focus on engaging Women-Owned Small Businesses (WOSB). The contract will be a firm, fixed-price agreement, with submissions due by May 14, 2025, and delivery of the supplies required by July 1, 2025, to the Military Sealift Command in San Diego, California. Interested bidders should contact Joseph Ibrahim or Tyonie A. Blas for further inquiries and must acknowledge the amended solicitation document to ensure their offers are considered.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for Women-Owned Small Business (WOSB) offering commercial products and services, specifically focused on acquiring parts for the KOSMG Freshwater Exchanger. It details the requisition and contract number, key personnel, submission deadlines, and specific proposal requirements. The acquisition is structured as a firm, fixed-price contract, which means that the contract price is set at the outset and not subject to adjustments due to unforeseen costs during performance. The government intends to award based on the lowest price, although past performance may be considered if there are concerns about the value provided. Offerors are required to submit complete proposals, highlighting any exceptions to terms in the solicitation. Delivery involves strict packaging and marking standards to ensure compliance with military guidelines, with inspection occurring at designated military locations. The deadline for submission of questions regarding the contract terms is set for one day before the closing date, emphasizing the need for clarity in the bidding process. Overall, the solicitation targets bolstering local economic opportunities while ensuring compliance with military supply standards.
    The document details a solicitation for a federal contract aimed at procuring fresh water exchanger parts from the Original Equipment Manufacturer (OEM) KOSMG. This Request for Proposal (RFP) is specifically set aside for Women-Owned Small Businesses (WOSB) and is designed to result in a firm, fixed-price supply contract. It outlines key procedural requirements, including the submission of all quotes, pricing, and delivery details, which must be strictly adhered to. The acquisition primarily involves the supply of various gaskets and flange gaskets necessary for different models of freshwater coolers. Responses are expected by the specified due date, and it emphasizes that no price adjustments will be made due to inflation or COVID-19 disruptions. The government will award contracts based on pricing and past performance, with a preference for those who can fulfill the entire order rather than partial submissions. The purpose of this contract is to ensure consistent supply for U.S. Naval operations, highlighting the emphasis on compliance with federal acquisition regulations and ensuring qualified vendors can participate for these critical supplies. The document serves as an essential guideline for vendors looking to engage with government procurement processes, particularly emphasizing inclusivity in business participation.
    This government document is an amendment to a solicitation, extending the deadline for offers and making specific modifications. The due date for proposals has been postponed to May 5, 2025, at 1200 PDT. Additionally, FAR Clause 52.232-18 regarding the availability of funds has been removed from the procurement process. In terms of procedural requirements, contractors must acknowledge the amendment by various means to ensure their offers are considered valid; failure to do so could lead to rejection. The document also specifies that while changes have been made in relation to the solicitation, all other terms and conditions remain unchanged. The amendment aims to clarify aspects of the solicitation process and ensure compliance with federal procurement regulations. The designated government point of contact for inquiries related to this amendment is Joseph Ibrahim, an official at NAVSUP FLT LOG CTR in Bremerton, Washington. Overall, this amendment reflects standard procedures in managing solicitations within federal government contracting.
    This document outlines a government solicitation for the acquisition of parts related to the KOSMG Freshwater Exchanger, specifically focusing on a contract for commercial products and services intended for women-owned small businesses (WOSBs). It specifies that the solicitation is for a firm, fixed-price supply contract, indicating no price adjustments for inflation or increased costs post-award, placing financial risks solely on the contractor. The government will base award decisions primarily on price while reserving the right to evaluate past performance if necessary. The delivery of items is expected at the Military Sealift Command in San Diego, with a total quantity specified for various gasket components. The contractor must also ensure proper packaging and shipping procedures in compliance with military standards. Additionally, submission of invoices and other formalities must adhere to established electronic systems. This solicitation emphasizes the importance of compliance with military directives and aims to foster participation from economically disadvantaged women-owned businesses in a structured procurement process.
    The document is an amendment to a solicitation for federal contracting, specifically related to the extension of the offer due date and updates to the contract terms. Key changes include the extension of the solicitation response deadline to May 12, 2025, and the addition of a Brand Name justification document on SAM.gov. Several Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses have been revised, added, or deleted, impacting compliance obligations for contractors. This amendment reflects standard procedures in federal procurement, ensuring that contractors are notified of updated terms and conditions that may affect their proposals. Notably, various compliance clauses focus on ethical conduct, payment restrictions, and subcontracting policies that emphasize transparency and accountability. As part of federal contracting practices, the document ensures that all parties understand their obligations and any modifications made to existing solicitations or contracts, underscoring the importance of adhering to federal regulations in the procurement process.
    The document outlines a procurement solicitation for the supply of specific parts for KOSMG Freshwater Exchangers, targeting Women-Owned Small Businesses (WOSB). It indicates the award will be a firm, fixed-price contract with submissions due by May 14, 2025. The procurement is primarily for brand-name parts from the original equipment manufacturer (OEM) KOSMG, emphasizing a legal requirement for authorized distributors to provide documentation along with their bids. Delivery of requested supplies is directed to the Military Sealift Command in San Diego, CA, by July 1, 2025. Key specifications include detailed identification of various parts needed, including gaskets and flanges, along with previous inspection and acceptance locations associated with the contract. The document also highlights the contracting officer's contact information for inquiries and establishes that contract terms will not be adjusted based on inflation or other cost factors following award. It asserts the government’s intent to consider price alongside past performance when deciding the best value for the contract. Overall, this solicitation reflects governmental efforts to engage small businesses while ensuring compliance with procurement regulations and standards.
    The document is an amendment to a previous solicitation related to contract modifications issued by the United States Navy, specifically pertaining to the NAVSUP FLT LOG CTR PUGET SOUND. The amendment primarily serves to extend the closing date for offer submissions to May 14, 2025, at noon Pacific Daylight Time, and to increase the quantity of certain items (CLINs 0019 and 0021) in line with the Original Equipment Manufacturer's recommendations. Additionally, it corrects the Free On Board (FOB) destination details for all items listed in the solicitation. The amendment outlines the necessary acknowledgment procedures for bidders in response to these changes, emphasizing that failure to acknowledge the amendment properly may lead to offer rejection. The document maintains all terms of the original solicitation while also modifying delivery and payment methods for several items. This amendment underscores the federal government's pursuit of clarity and precision in solicitation processes and contract administration to ensure fair and compliant procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers under solicitation number N0040626QS042. The procurement involves a sole-source, firm-fixed-price contract for specific parts, including marine windows (P/N KC-LPD-017-03) and heat controllers (P/N KC-LPD-017-HC), which are critical for naval operations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, potential offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    SWIVEL
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting bids for the procurement of swivel nut elbows, O-rings, and supporting rings, specifically targeting Women-Owned Small Businesses (WOSB). The contract requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including electronic invoicing via Wide Area WorkFlow (WAWF) and adherence to packaging standards, with destination inspection and acceptance in Yokosuka, Japan, by December 26, 2025. These components are critical for maintaining operational readiness and support for U.S. Navy operations. Interested contractors should contact Tricia Wintersteen at TRICIA.WINTERSTEEN@DLA.MIL or call 360-509-0205 for further details and to ensure compliance with all requirements.
    RO UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of a VILLAGE MARINE PURE WATER SERIES system, which operates at 440 volts, 3 phase, 60 hertz, and 6 amps, including a freshwater flushing option. This opportunity is set aside for Women-Owned Small Businesses (WOSBs), and the government anticipates awarding a firm, fixed-price contract based on technical merit, pricing, and past performance, with a delivery requirement by January 2, 2026, to SRF AND JRMC YOKOSUKA, JAPAN. Interested vendors must submit their quotes by December 24, 2025, and are encouraged to address all aspects of the solicitation while noting any exceptions. For further inquiries, potential bidders can contact Stormy Caudill at stormy.a.caudill.civ@us.navy.mil.
    DEWATERING PARTS
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm, fixed-price contract to supply specific dewatering parts from McMaster-Carr, exclusively set aside for small businesses. The procurement requires detailed specifications for various components, including tees, adapters, pipe hangers, and eye bolts, with delivery scheduled to the U.S. Naval Ship Repair Facility in Sasebo, Japan, by December 19, 2025. This opportunity is crucial for maintaining operational readiness and efficiency in naval logistics, emphasizing the importance of timely delivery and compliance with shipping requirements. Interested vendors must submit their quotes by the revised deadline of December 19, 2025, at 10:00 AM PST, and can direct inquiries to Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    USNS COMFORT Fuel Oil Parts
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for fuel oil parts for the USNS COMFORT, specifically various mechanical and electrical components. This procurement is a sole-source award to GEA Mechanical, necessitated by the proprietary nature of the parts and their critical role in maintaining compatibility across T-AH Class vessels. Interested vendors must submit their quotes by December 23, 2025, with a firm-fixed-price purchase order expected to be awarded for delivery by February 16, 2026. For further inquiries, contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    48--PARTS KIT,BALL VALV
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for a contract to supply a Parts Kit for a Ball Valve, which is critical for shipboard systems. The procurement emphasizes the need for high-quality materials and adherence to stringent specifications due to the potential consequences of using incorrect or defective components, which could lead to serious safety risks. This contract is classified as a total small business set-aside, and interested vendors must submit their offers by 4:30 PM EST on March 27, 2026. For further inquiries, potential bidders can contact Noelle M. Smith via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the ASSEMB, UPTAKE HATCH, through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture and supply of heating equipment, adhering to strict quality assurance and inspection standards, with all items needing to meet specific military specifications and packaging requirements. The procurement is critical for maintaining operational readiness and ensuring compliance with military standards, emphasizing the importance of authorized sources for the materials. Interested vendors must submit their quotes electronically to Howard Langenstein by December 19, 2025, and should include detailed pricing, lead times, and proof of authorization as a distributor if applicable.
    C1 CONDENSER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of the ASSEMB, UPTAKE HATCH, which falls under the NAICS code 333414 for Heating Equipment Manufacturing. This procurement is critical for supporting Foreign Military Sales (FMS) to Korea, and the contract will require compliance with various quality assurance and inspection standards, including MIL-STD packaging and Government Source Inspection. Interested vendors must submit their quotes electronically to the designated contact, Matthew Takach, at Matthew.B.Takach.CIV@us.navy.mil, with a minimum validity of 90 days, and the deadline for submissions has been extended to September 9, 2024.
    4130 SCROLL COMPRESSOR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for two brand-name DANFOSS INC. scroll compressors and associated tubing kits. This procurement is a firm, fixed-price contract specifically set aside for small businesses, with an emphasis on compliance with packaging standards, FOB Origin shipping, and electronic invoicing via Wide Area WorkFlow (WAWF). The scroll compressors are critical components intended as direct replacements for existing equipment on a berthing barge, ensuring system compatibility and operational integrity. Interested vendors should direct their quotes and any inquiries to Lorraine Small at LORRAINE.M.SMALL.CIV@US.NAVY.MIL, as detailed specifications and requirements are outlined in the attached solicitation documents.