General Electric (GE) Engineering Services
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, specifically MSC HQ Norfolk, is seeking proposals for General Electric (GE) Power Conversion systems, OEM parts, and technician services to maintain automation systems onboard multiple Military Sealift Command (MSC) ship classes. This is an unrestricted, sole-source requirement for GE as the Original Equipment Manufacturer (OEM). Proposals are due June 5, 2026.
Opportunity Details
This is a Combined Synopsis/Solicitation (RFP N3220526R6003) for a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The acquisition is unrestricted and is designated as a sole-source requirement for General Electric (GE) as the OEM for the proposed supplies and services. It is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
Scope of Work
The contract covers a broad range of GE Power Conversion systems, OEM parts, and technician services. This includes maintenance and support for:
- Machinery Plant Systems and Machinery Centralized Control Systems (MCCS)
- CoGen Power Take Off (PTO) Systems and Power Take In (PTI) Systems
- Assured Power Modification Systems
- Other associated items on MSC vessels (including T-AKE, T-ESB, T-ESD, T-AO, LCC, T-AK 3017, T-AKR 310, T-AGS 66 classes). Services encompass periodic equipment grooms, engineering design, technical representative visits, remote technical support, hardware/software configuration management, new/overhauled parts supply, onsite/offsite training, and assistance with technical refresh efforts.
Contract & Timeline
- Contract Type: Single-Award IDIQ (RFP N3220526R6003)
- Period of Performance: October 1, 2026, to March 31, 2032 (includes a six-month option to extend services).
- Minimum Guaranteed Amount: $3,500.00
- Minimum Per Order: $15,000.00
- Maximum Per Order: $15,000,000.00
- Anticipated Award Date: October 1, 2026
- Proposal Due: June 5, 2026, 5:00 P.M. Eastern Time Norfolk, VA.
- Questions Due: 15 calendar days after solicitation posting (approx. May 20, 2026).
Submission & Evaluation
- Proposals must be submitted via email only to Shelby Beach (shelby.m.beach.civ@us.navy.mil), Kourtney Brooks (kourtney.k.brooks.civ@us.navy.mil), and Timothy Lewis (timothy.lewis.60.civ@us.navy.mil).
- Price will be the sole evaluation factor. Technical proposals and past performance will not be evaluated.
- Required submissions include a completed Exhibit A - Rate Table, a list of parts with pricing, and an acceptable Small Business Subcontracting Plan for other-than-small businesses.
- Offerors must complete all fill-in provisions and clauses, including Attachment 2 (Representations) and Attachment 3 (Non-Disclosure Agreement).
Key Requirements
- Offerors must be an OEM, OEM authorized provider, and/or MSC qualified non-OEM provider.
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Compliance with DFARS 252.211-7003 for item identification and valuation.
- Adherence to packaging and marking requirements.
- Contract Data Requirements List (CDRLs) specify various reports and logs (e.g., Remote Technical Support Log, Obsolescence Log, Configuration Management Plan).
- Personnel must meet specific qualification standards.
- Offerors must execute a Use and Non-Disclosure Agreement (NDA) for Government Technical Data.
Important Notes
This acquisition may be subject to the Defense Priorities and Allocations System (DPAS) regulation (15 CFR 700). Vendors are responsible for obtaining ship and base access for pre-award ship visits and contract performance.