OEM Tech Rep Services for Emergency Diesel Generator
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 the NORFOLK NAVAL SHIPYARD GF, is seeking OEM Technical Representative Services for an Emergency Diesel Generator on a Ford Class Carrier. This is a combined synopsis/solicitation for commercial items, with the government intending to negotiate with a single source but considering all bids received. The services are required at Norfolk Naval Ship Yard, Portsmouth, VA. Quotes are due by March 6, 2026, at 4:00 PM.
Scope of Work
This opportunity requires technical representative service support for advising on the replacement of defective casting plates on the #2 Emergency Diesel Generator (EDG). Key tasks include:
- Providing technical advising for the replacement of Air Box Cover AKA Jacket Water Manifold Cover casting plates.
- Assisting and instructing on gaining access to and replacing Air Box Covers.
- Providing special tooling necessary for the repair.
- Documenting deficiencies and suggesting repairs.
- Replacing defective casting plates with Government-furnished alternate material plates.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation for commercial items.
- Period of Performance: Services are to occur between July 1, 2026, and October 31, 2026. The work schedule includes one 8-hour day for briefing and four weeks of 10-hour days (excluding Sundays) for repair work.
- Place of Performance: Norfolk Naval Ship Yard, Portsmouth, VA 23709.
- Set-Aside: None specified (open competition, potential sole-source with consideration for all bids).
- NAICS Code: 336611 (Small Business Standard: 1300 employees).
- Response Due: March 6, 2026, at 4:00 PM.
- Published: February 24, 2026.
Submission & Key Requirements
- Submission Instructions: Quotes must include price(s), FOB point, point of contact, name and phone number, GSA contract number (if applicable), business size, and payment terms. Quotes exceeding 10 pages will not be accepted via facsimile.
- Evaluation: Responses must clearly demonstrate the capability to meet all specifications and requirements.
- Cybersecurity Maturity Model Certification (CMMC): Offerors must possess a current CMMC status (Level 1 Self, Level 2 Self, Level 2 C3PAO, or Level 3 DIBCAC, or higher) and provide CMMC unique identifiers (UIDs) and affirmations of continuous compliance in SPRS. Subcontractors must also meet appropriate CMMC levels.
- Registration: Quoters must be registered in the System for Award Management (SAM) database.
- Security: Adherence to the provided Operations Security (OPSEC) Plan is mandatory, including restrictions on Portable Electronic Devices (PEDs) and handling of Controlled Unclassified Information (CUI).
- Contractor Responsibilities: Provide own transportation, submit Access/DISS Visit Request, complete SECNAV 5512/1 Forms, and obtain DBIDS/Badging for NNSY access.
Contact Information
- Primary: Gordon Weston (757-396-0964, gordon.t.weston3.civ@us.navy.mil)
- Secondary: Rebekah Riggins (757-967-4014, rebekah.r.riggins.civ@us.navy.mil)