SEAL ASSEMBLY AND CARTRIDGE
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 Fleet Logistics Center Puget Sound (FLCPS), is soliciting quotes for John Crane Seal Assemblies and Cartridges for Military Sealift Command (MSC) vessels. This is a Total Small Business Set-Aside for direct replacement of Original Equipment Manufacturer (OEM) parts, deemed critical safety items. Quotes are due May 6, 2026.
Scope of Work
This requirement is for direct replacement of OEM John Crane Low Temperature Fresh Water (LTFW), Main Seawater (MSW) Cooling, and Stripping Pump replacement Mechanical Seals. These items are critical safety items for the Main Engine and Engine Room plant/equipment aboard MSC Fleet Vessels, per COMSCINST 4490.1, mandating OEM parts.
Key Requirements / Deliverables
- Specific Seal Assemblies and Cartridges as detailed in Section B of the RFQ, including:
- Item 0001: SEAL ASSEMBLY, CARTRIDGE DRAWING: GA-197264 // JOHN CRANE TYPE 5610VQ 3.375 X 015 H X 058 H HC/HC REF: T-AO 205 CLASS OILERS (Quantity: 5)
- Item 0002: SEAL ASSEMBLY DRAWING: S/32337 //JOHN CRANE TYPE 58U /BP 70.0MM X F55 1 X 058 1 316/316 REF: T-AO 205 CLASS OILER/PUMP, STRIPPING, DFM MODEL L2NG 106/180 ASOGIA / HP (Quantity: 4)
- All parts must be genuine John Crane brand with traceability and manufacturer warranties.
- Item Unique Identification and Valuation (DFARS 252.211-7003) requirements apply.
- Packaging and marking must comply with DODMANUAL 4140.01, VOLUME 9, and MIL-STD-2073-1(series) or ASTM D3951(series).
- Delivery is due by August 12, 2026.
Contract & Timeline
- Type: Firm-Fixed-Price Supply-type Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333991, Size Standard: 600 employees.
- Quotes Due: May 6, 2026, at 10:00 AM.
- Questions Deadline: One (1) day prior to the solicitation closing date.
- Anticipated Award Date: May 2026.
- Published: April 30, 2026.
Submission & Evaluation
- Quotes should be submitted to the Contracting Official and POCs identified in SAM.gov, including name, SAM CAGE code, email, phone number, and business size.
- The Government will select the most advantageous offer based on Technical (including delivery date), Past Performance, and Price, in no order of relative importance.
- A single award is anticipated for all items.
Eligibility / Notes
- Offerors must be registered in SAM.gov.
- Invoices must be submitted via WAWF (Wide Area WorkFlow).
- Base access for vendors requires registration with DBIDS (Defense Biometric Identification System).