DMS/Wartsila Brand Equipment & Service IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Military Sealift Command (MSC), under the Department of the Navy, is soliciting proposals for a Defense Maritime Solutions (DMS) Brand Equipment & Service Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). This opportunity, identified as RFP N3220526R0029, seeks to procure comprehensive maintenance, repair, support, and parts for DMS Brand Equipment on MSC vessels. Proposals are due May 27, 2026, at 12:00 P.M. Eastern Time.
Scope of Work
This contract covers a broad range of services and parts for DMS Brand Equipment, including but not limited to:
- Maintenance & Support: Routine, periodic, annual, and corrective maintenance; shop work; general services; repair services.
- Engineering & Technical Support: Design, drawings development, engineering support, technical representative visits, grooming, and Root Cause Analysis (RCA).
- Supply: Provision of materials, parts, components, kits, and entire equipment packages.
- Specific Equipment: Includes Stern Tube Seals, Propulsion Systems, Emergency Diesel Generators (EDG), Ship Service Diesel Engines (SSDG), and Main Propulsion Diesel Engines (MPDE).
- Critical Safety Items: DMS brand propulsion and steering equipment are identified as critical.
The Performance Work Statement (PWS) details these requirements, and the Contract Data Requirements List (CDRL) specifies necessary reports such as Condition Found Reports (CFR), Post Overhaul Reports, and a Trafficking in Persons Compliance Plan certification.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC).
- Shared Ceiling: $98,000,000.00.
- Minimum Guarantee Per Awardee: $3,500.00.
- Minimum Per Order: $2,500.00.
- Maximum Per Order: $10,000,000.00.
- Period of Performance: August 5, 2026, to February 5, 2032 (a five-year ordering period with a six-month option).
- Place of Performance: Primarily onboard MSC vessels, which may be at Government facilities, commercial repair facilities, or underway, across various CONUS and OCONUS locations.
Eligibility & Set-Aside
This acquisition is not set-aside for small business concerns. It is a limited source requirement. Eligible offerors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer/distributor, and/or an MSC Design Control Activity qualified non-OEM vendor. Non-OEM qualified contractors must possess an approved MSC non-OEM certification letter at the time of award. All responsible sources are encouraged to submit a capability statement, proposal, or quotation.
Submission & Evaluation
- Proposal Submission Deadline: May 27, 2026, at 12:00 P.M. Eastern Time.
- Questions Deadline: May 4, 2026, at 12:00 p.m. EST.
- Submission Method: Electronic mail to deborah.d.brett.civ@us.navy.mil, andrew.p.macdonald2.civ@us.navy.mil, and timothy.lewis.60.civ@us.navy.mil. Proposals must be in Adobe or Microsoft Office format.
- Evaluation: Price will be the primary factor, evaluated for reasonableness. Technical and Past Performance submissions will not be accepted, and no tradeoffs will be contemplated.
- Anticipated Award Date: August 5, 2026.
Additional Notes
Offerors are required to have Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self). A Non-Disclosure Agreement (NDA) is mandatory for accessing technical data. The World Trade Organization Government Procurement Agreement and Free Trade Agreements apply.