USNS SUPPLY Rescue Boat
ID: N3220525Q2212Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a winch kit and various screws as part of the USNS SUPPLY Rescue Boat project. This solicitation, identified as N3220525Q2212, emphasizes the need for specific commercial products and services, with a firm-fixed price purchase order anticipated and delivery required by October 9, 2025, at a designated location in Norfolk, VA. The procurement is critical for ensuring safety and operational continuity in ship operations, with the requirement for compliance with federal regulations and evaluation criteria focusing on technical capability and pricing. Interested vendors should direct inquiries to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, and must submit detailed quotes by the specified deadline.

    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis and solicitation for commercial products and services under solicitation number N3220525Q2212, requesting quotes for specific items including a winch kit and various screws. The solicitation, effective under the latest Federal Acquisition Circular and DFARS, does not have a set-aside for small businesses. The associated NAICS code is 333923, focusing on overhead crane manufacturing and miscellaneous marine equipment. A firm-fixed price purchase order is anticipated, with delivery required by October 9, 2025, at a designated Norfolk, VA location. Offerors must provide detailed quotes, including technical specifications for quoted items and criteria for evaluations based on technical capability and pricing. Key evaluation will revolve around which quote is advantageous to the Government without standard vendor terms impacting consideration. Compliance with numerous Federal Acquisition Regulations and clauses is mandated, detailing contractor obligations regarding telecommunications security, ethical conduct, and supply chain integrity. The document illustrates the formal process of federal procurement, emphasizing transparent bidding and adherence to compliance for government contracting opportunities.
    This memorandum discusses the justification for using other than full and open competition for an acquisition related to a requirement under the simplified acquisition threshold. Specifically, Allied Systems is identified as the sole source for procuring constant tension winches and davit foundations, primarily due to proprietary rights, emphasizing their exclusive status as the manufacturer of essential components. The procurement is deemed critical due to safety implications for ship operations, with specified urgency related to delivery dates set between late 2025 and early 2026. The document outlines various reasons for limiting competition, including concerns about compatibility with existing equipment and urgent operational needs. Additionally, the memorandum reflects compliance with federal regulations regarding acquisitions and serves as a formal request to bypass competitive solicitations. Overall, it underscores the necessity of exclusive contracting to ensure mission-critical equipment is acquired in a timely manner for operational continuity and safety.
    Lifecycle
    Title
    Type
    USNS SUPPLY Rescue Boat
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USNS SUPPLY Lube Oil Pump Overhaul
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the overhaul of the lube oil pump on the USNS SUPPLY, specifically for the procurement of CM423EUVT-550J major and minor kits from CIRCOR Naval Solutions, LLC. This combined synopsis/solicitation, numbered N3220525Q4040, emphasizes the need for mechanical power transmission equipment, which is critical for the operational efficiency of naval vessels. Interested offerors must submit detailed quotes, including pricing and technical capabilities, by March 3, 2025, with delivery expected by September 30, 2025, at a designated location in Norfolk, Virginia. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. The solicitation, numbered N3220525Q2234, requires vendors to provide specific technical capabilities, including compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, with delivery expected by July 25, 2025, to a facility in Norfolk, Virginia. Interested parties must submit their quotes by March 5, 2025, including pricing details and technical submissions, as the evaluation will focus on technical capability and price, favoring the lowest priced technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    Bearing Assembly Unit USNS William McLean
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is soliciting quotes for the procurement of a Bearing Assembly Unit for the USNS William McLean, under solicitation number N3220525Q4046. This procurement involves various maritime equipment components, including fixed oil rings and bearing seals, with a total of four Contract Line Item Numbers (CLINs) specified, and requires delivery to Norfolk, Virginia, by September 30, 2025. The items are critical for maintaining operational safety and compatibility aboard T-AKE Class vessels, emphasizing the need for standardized and proprietary parts. Interested contractors must submit their quotes by March 7, 2025, via email, and can direct inquiries to James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
    USNS WILLIAM MCLEAN Motor Pedestal Bearings
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of motor pedestal bearings for the USNS William McLean, with a focus on ball and roller bearing manufacturing. This solicitation, identified by number N3220525Q4055, requires vendors to provide specific components, including Renk Corp brand items, and emphasizes compliance with federal acquisition regulations, technical capabilities, and pricing for a firm-fixed price contract. The goods are critical for maintaining operational readiness of naval vessels, with delivery expected by September 30, 2025, at a Norfolk, VA address. Interested parties must submit their quotes by March 5, 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.
    USNS SUPPLY HPAC NR 2 Repairs
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotations for maintenance and repair services for the NR2 HPAC equipment aboard the USNS Supply, with performance locations at Craney Island and Norfolk Naval Station in Virginia. The procurement requires Original Equipment Manufacturer (OEM) representatives to inspect and repair the equipment, with the contract performance period scheduled from March 5 to April 19, 2025. This opportunity is critical for ensuring the operational integrity and safety of naval operations, as the equipment is essential for ship functionality. Interested vendors should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or 757-341-5658, or Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further details, and must comply with federal contracting regulations, including wage determinations and security protocols.
    T-AKE Class Belzona Kit
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of the Belzona LTFW Cooler SW Outlet Pipe Wrap Kit, a specialized adhesive manufacturing product. This solicitation, numbered N3220525Q2235, aims to secure a firm-fixed price purchase order with delivery required at a government facility by September 30, 2025. The procurement is critical for maintaining operational efficiency and reliability in naval applications, ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by February 27, 2025, at 10:00 AM EST, and can direct inquiries to Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    USNS WILLIAM MCLEAN CRANE ChemPharma Sea Valves
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of CRANE ChemPharma butterfly valves for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a series of valves in various sizes, with a firm-fixed price purchase order anticipated, and is not set aside for small businesses. The valves are critical for the ship's propulsion and safety systems, and the MSC has determined that only authorized distributors of CRANE ChemPharma can meet the specific technical requirements necessary for operational readiness. Interested vendors must submit their quotes by March 4, 2025, detailing pricing and compliance with government standards, with the contract award expected to be based on the lowest priced, technically acceptable offer. For further inquiries, vendors can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, classified under solicitation number N3220525Q2123. This procurement is critical for naval operations, as the degaussing systems are essential for ensuring the operational safety and effectiveness of naval vessels. Interested vendors must submit their quotes, including technical specifications and pricing, by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    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 BRUNSWICK (T-EPF 5) FDTD CUPS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 300 Alcoa Gen 2 Flight Deck Tie Down Cups, essential components for the T-EPF Class vessels. This procurement is critical due to the high failure rate of existing cups, necessitating reliable replacements to maintain operational capabilities. The contract will be awarded based on the lowest priced technically acceptable offer, with a firm-fixed price structure requiring delivery to a designated warehouse in Norfolk, VA by May 1, 2025. Interested vendors must submit their quotations by March 5, 2025, and can direct inquiries to Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or by phone at 564-226-5421.