Opportunity

SAM #N3220526R0029

MSC IDIQ Solicitation for DMS and Wartsila Propulsion Equipment, Kits, and Services

Buyer

MSC Norfolk

Posted

April 22, 2026

Respond By

May 27, 2026

Identifier

N3220526R0029

NAICS

336611, 488390, 423860, 333618

The U.S. Navy's Military Sealift Command (MSC) is seeking proposals for a multi-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply and service Defense Maritime Solutions (DMS) and Wartsila brand propulsion and steering equipment for MSC vessels. - Government Buyer: - U.S. Navy, Military Sealift Command (MSC) Headquarters Norfolk - Offices include COMSC N10 (Contracting Officer), COMSC N7 (COR, PPE, CHENG) - OEMs and Vendors: - Defense Maritime Solutions (DMS) (OEM) - Wartsila (OEM) - OEM-authorized distributors and MSC-certified non-OEM vendors are eligible - Products and Quantities: - Wide range of overhaul kits, seal kits, service kits, and mechanical parts for propulsion and steering systems - Examples include: Aft Seal O/H Kit (JCL001047-000, qty 24), Fwd Seal O/H Kit (JCL001048-000, qty 24), Air Control Unit Service Kit (JCL001049-000, qty 24), multiple shaft seal and overhaul kits (various part numbers, qty 24 each), specialized kits for stern tube, rudder, and thrust bearing maintenance - Additional items: Replace Sacrificial Anodes (WDI002106-008, qty 56), O/H Steering Cylinder (WDI002106-009/010, qty 43 each), and more - Services Requested: - Labor categories: Program Manager (165 hrs), Project Manager (500 hrs), Propulsion Tech (3,000 hrs), Diesel Engine Tech (2,900 hrs), Controls Tech (500 hrs), Mechanical Engineer (4,000 hrs) - Technical data deliverables: Condition Found Reports, Post Overhaul Reports, Tool/Equipment Lists, Tasking Spreadsheets, and annual compliance certifications - Management, repair, maintenance, engineering, technical support, and root cause analysis for DMS and Wartsila equipment - Notable Requirements: - Only DMS and Wartsila OEMs, their authorized distributors, or MSC-certified non-OEM vendors may compete - 5-year pricing for parts and labor; contract ceiling of $98 million with a minimum guarantee per awardee - Deliveries primarily to MSC facilities in Norfolk, VA - Compliance with World Trade Organization and Free Trade Agreements; DPAS ratings may apply to orders - Detailed technical and compliance reporting required throughout contract - Period of Performance: - 5-year ordering period with a 6-month option, not to exceed 66 months total - Locations: - MSC Headquarters and warehouses in Norfolk, VA (primary delivery and performance sites) - COMSC N10 and N7 offices for contract administration and reporting

Description

Military Sealift Command Combined Synopsis and Solicitation Notice Information

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Par 12. This announcement constitutes the only solicitation; Offers are being requested, and a written solicitation will not be issued.

Solicitation number is N3220526R0029 and is being issued as a Request for Proposals (RFP) for Defense Maritime Solutions (DMS) brand parts and services.

This acquisition [is not] set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

No Multiple Award Contract (MAC) resulting from this solicitation will have a Defense Priority and Allocations System (DPAS) rating at the time of award. The Government reserves the right to assign the DPAS rating of DO-A3 to individual orders awarded to MAC holders, as appropriate, based on operational requirements. The Request for Proposals (RFP) for any individual order that the Government intends to award as a DPAS rated order will include a specific delivery date for each Contract Line-Item Number (CLIN) to which the DPAS rating applies and incorporate FAR 52.211-14 and FAR 52.211-15.

See attached SF 1449 for a list of all details of the supplies and/or services required and a list of all solicitation provisions and contract clauses that apply to the acquisition.

Responses to the solicitation are due 27 May 2026 no later than 4:00 P.M. Eastern Time Norfolk, Virginia. Proposals may be e-mailed to Deborah Brett at deborah.d.brett.civ@us.navy.mil, Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil and Timothy Lewis at timothy.lewis.60.civ@us.navy.mil. To be considered timely, an e-mail proposal must be received in its entirety in the designated e-mail inbox by the due date and time for quote submission. Reference the solicitation number on your quote. E-mail quotes shall be in either Adobe or Microsoft Office format. No other method of submission is acceptable.

The anticipated award date is 05 August 2026.

One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

This is a limited source requirement. The intended sources are Defense Maritime Solutions as the Original Equipment Manufacturer, in addition to OEM authorized distributors and/or MSC certified non-OEM vendors for the proposed supplies and services.

Questions or comments regarding this notice may be addressed to the point of contact of this announcement. 

See attached solicitation and documents.

View original listing