USNS COMFORT (T-AH 20)Auxiliary Diesel Generator (ADG) Turbocharger and T-AH Class Pump Replacements
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, Military Sealift Command (MSC) is soliciting quotes for the USNS COMFORT (T-AH 20) Auxiliary Diesel Generator (ADG) Turbocharger and T-AH Class Pump Replacements. This opportunity seeks commercial products and services for the identification, design, provision, and installation of parts for an ADG turbocharger upgrade. The procurement is not set-aside for small businesses. Quotes are due by May 1, 2026, at 5:00 PM EDT.
Scope of Work
This requirement involves the design, procurement, installation, and testing of replacement turbochargers for the ADGs on the USNS COMFORT (T-AH 20). Key tasks include:
- CLIN 0001: Identify and design required parts for the ADG turbocharger upgrade and provide an itemized list of parts with part numbers.
- Option 0002: Provide the itemized parts identified in CLIN 0001.
- Option 0003: Provide installation services for the USNS COMFORT. The scope also covers the integration of new turbochargers, including inlet and exhaust compensators, modification of ADG automation and controls, commissioning, and development of design packages and technical manuals. All work must comply with SOLAS, ABS, USCG, and IEEE requirements, with design and installation approved by OEM MAN Diesel, ABS, and USCG. The contractor is responsible for all calculations, certifications, and technical problem-solving.
Contract Details
- Contract Type: Anticipated one firm-fixed-price purchase order.
- Delivery: FOB Destination.
- Acceptance Date: September 30, 2026, for CLIN 0001; TBD for CLINs 0002 and 0003.
- Period of Performance: Contract award through December 31, 2028, with design completion within one year and installation during a 90-day shipyard availability in 2028.
- Place of Performance: Onboard USNS COMFORT, contractor's facility in Norfolk, or a shipyard on the East or West Coast.
- Financing: No commercial financing.
- Special Requirements: Prices must include Section 232 tariffs, wood packaging, DOD unique identification, and shipping. Packaging and marking must comply with DOD MANUAL 4140.01, MIL-STD 2073-1, ASTM D3951, and ISPM Publication No. 15. Material requires duty-free entry via the PIEE Duty Free Entry (DFE) module.
Submission & Evaluation
- Submission Deadline: May 1, 2026, at 5:00 PM EDT.
- Submission Method: Quotes must be emailed to raymond.f.gardner.civ@us.navy.mil in Adobe or Microsoft Office format. No other submission method is acceptable.
- Evaluation Criteria: Award will be made to the lowest priced technically acceptable quoter, based on technical capability and price.
- Quote Requirements: Must include unit price, extended price, discount terms, and an itemized list of part numbers, unit of issue, and quantities for CLIN 0002. Technical submissions must describe parts with part numbers/titles and state that all technical requirements, including delivery dates, can be met.
- Certifications: FAR 52.212-3(Dev) must be completed and returned. Vendor's standard commercial terms and conditions are not accepted.
Eligibility & Set-Aside
- Set-Aside: This procurement is not set-aside for small businesses.
- NAICS Code: 333618 - Other Engine Equipment Manufacturing.
- PSC/FSC Code: 2815 - Diesel Engines and Components.
Additional Notes
A Justification and Approval (J&A) document indicates that this action is justified for other than full and open competition under 10 U.S.C. 3204(a)(1), citing MAN Energy Solutions/Everllence as the only responsible source due to proprietary information and OEM expertise. The Military Sealift Command (MSC) continuously seeks submissions from non-OEM contractors for qualification. Primary Point of Contact: Raymond Gardner (raymond.f.gardner.civ@us.navy.mil, 5642263191). Secondary Point of Contact: Colin Edick (colin.j.edick.civ@us.navy.mil, 5642261232).