Main Propulsion Diesel Engine Spare Parts
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 NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting quotes for Main Propulsion Diesel Engine Spare Parts for the USS Minneapolis St. Paul. This is an unrestricted acquisition, though a prior notice indicated an intent to sole source to Fairbanks Morse Defense, which received no responses. Quotes are due March 19, 2026, at 10:00 AM EDT.
Scope of Work
This Request for Quotation (RFQ) N6883626QS029 seeks specific spare parts for Main Propulsion Diesel Engine Nr 1 and Nr 2. Key items include various gaskets, lockwashers, O-rings, seals, immersion heaters, fuel injector assemblies, and marking labels. All items must comply with DFARS 252.211-7003 for Item Identification and Valuation, requiring DoD unique identification or equivalent for certain line items. The country of origin for all items must be provided, and packaging must be specific to the engines.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Firm Fixed Price
- Period of Performance: 250 Calendar Days from the date of award
- Set-Aside: Unrestricted
- Offer Due: March 19, 2026, at 10:00 AM EDT
- Published: March 16, 2026
Submission & Evaluation
Quotes must be submitted electronically in PDF format by volume to Kyle Nelson (kyle.a.nelson2.civ@us.navy.mil) and Chelsea McNeely (chelsea.n.mcneely.civ@us.navy.mil).
- Volume I (Price): Requires completion of SF 1449, SF 30 (if applicable), a price schedule with unit prices, and the country of origin for each Contract Line Item Number (CLIN).
- Volume II (Contractor Responsibility): Requires a statement of current SAM certification and agreement with all terms and conditions. Evaluation criteria are referenced in Section M of the RFQ as "Evaluation Factors for Award," though specific details are not provided in the summary. Offers will be evaluated for U.S.-made, qualifying country, or designated country end products, and a Trade Agreements Certificate is required.
Additional Notes
Delivery will be to Naval Station Mayport, Southeast Regional Maintenance Center (SERMC), Mayport, FL (32228), Monday-Friday, 0800AM - 1530PM EDT. Contractor personnel operating vehicles on base must possess a valid U.S. state driver's license, and Defense Biometric Identification System (DBIDS) requirements for base access are detailed. Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF). A prior Notice of Intent to Sole Source to Fairbanks Morse Defense was posted (Feb 25 - Mar 02, 2026) and closed with no responses received.