Fuel System Overhaul
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 Department of the Navy (NAVSUP FLT LOG CTR NORFOLK) is issuing a Solicitation for the overhaul and rebuilding of parts for the TSV-1 Prevail Caterpillar Fuel System. This is a brand-name action intended for an authorized reseller of Caterpillar Global Headquarters parts. The contract will be a Firm Fixed Price (FFP) Purchase Order. Offers are due May 20, 2026.
Scope of Work
This opportunity requires the overhaul and rebuilding of specific parts for the TSV-1 Prevail Caterpillar Fuel System, a new requirement for Training Support Vessel Squadron Four. Key deliverables include:
- Procurement of Caterpillar parts and materials identified by the OEM.
- Provision of technical documentation, manuals, maintenance requirements, repair/troubleshooting guidance, and parts lists.
- Delivery of new products in original packaging with unique item identification and valuation.
- The provided "Parts List - Fuel System.xlsx" details specific part numbers, descriptions, and quantities (e.g., 6V-5465 KIT GASKET, 6L-4714 FILTER-- AIR).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Purchase Order
- Set-Aside: Unrestricted
- Period of Performance: Delivery by September 30, 2026 (for overhaul parts). Government Furnished Material delivery required Contract Award + 30 days.
- Offer Due Date: May 20, 2026, 10:00 AM (Eastern Time)
- Published Date: May 14, 2026
Evaluation & Submission
Offers will be evaluated on two factors:
- Factor I: Technical Certifications: Requires an "Acceptable" rating, assessing the ability to meet minimum specifications, provide technical documentation, authorized reseller certification, lead-time, and warranty.
- Factor II: Price: Evaluated for reasonableness and best value. The government intends to award without exchanges but reserves the right to conduct them. Quotes must be submitted via email to Marissa Varela (marissa.d.varela.civ@us.navy.mil) and Christopher Whiteside (christopher.d.whiteside2.civ@us.navy.mil) in Microsoft Office Word, Excel, or Adobe file format. This procurement is conducted under FAR Part 12.
Additional Notes
This is a brand-name action justified under "Other Than Full and Open Competition" (10 U.S.C. 3204(a)(5) and FAR 6.103-5) due to the critical need for OEM Caterpillar parts. Market research indicated that non-OEM parts would lead to increased downtime, engineering costs, and safety risks. Carter Machinery Company Inc. was identified as capable, but the solicitation is open to any authorized reseller.