Opportunity

SAM #N0040626Q0115

OEM Appleton Marine Inc Crane Parts for USS John Canley (ESB-6)

Buyer

NAVSUP FLC Puget Sound

Posted

May 12, 2026

Respond By

May 15, 2026

Identifier

N0040626Q0115

NAICS

423830, 333922, 336399

This opportunity is for the procurement of OEM Appleton Marine Inc replacement crane parts for the USS John Canley (ESB-6), managed by the Naval Supply Fleet Logistics Center Puget Sound (NAVSUP FLC Puget Sound). - Government Buyer: - U.S. Navy, Naval Supply Fleet Logistics Center Puget Sound (NAVSUP FLC Puget Sound) - OEM and Vendor Details: - Appleton Marine Inc is the sole source and Original Equipment Manufacturer (OEM) - Only Appleton Marine Inc authorized parts are permitted; no substitutes allowed - Products Requested: - Wide range of Appleton Marine Inc crane parts, including: - Tank Cover Seal Kits (YMD-8485-R, qty: 4) - Stainless Steel Fan Guards (A16210SS, qty: 4) - Split Flange Kits (multiple sizes and codes, e.g., 64SFO, 40SFO, 24SFO, 20SFO, 16SFXO, 20SFXO; quantities from 1 to 30) - Hose Assemblies (various part numbers and specifications, e.g., YMD-6126, YMD-9821, YMD-9627, YMD-6130, YMD-6129, YMD-8959, YMD-8960, YMD-9366, YMD-8529, YMD-9681, YMD-8651, YMD-9802, YMD-10332, YMD-12061, YMD-12062, YMD-10139, YMD-12077, YMD-12017; quantities from 1 to 8) - Door Clamp (SCELPCLAMPSS, qty: 1) - 30 Meter Male-to-Female Cordset (YMD-12017, qty: 1) - Unique/Notable Requirements: - Sole source procurement due to Appleton Marine Inc's exclusive ownership of proprietary manufacturing data and technical information - Only Appleton Marine Inc authorized parts and qualified field service technicians are allowed - No substitutes permitted to ensure compatibility, safety, and operational certification - Critical safety items for mission equipment - Delivery is FOB destination to Military Sealift Command BATS, San Diego, CA - Firm-fixed-price contract with detailed packaging, marking, and delivery instructions - Evaluation Factors: - Technical factors, delivery date, price, and past performance

Description

AMEND 0001:

The purpose of this amendment is to extend the offer due date and time, and all other terms and conditions remain unchanged and in full effect.

________________________________________________________________________________________________________

Fleet Logistics Center Puget Sound (FLCPS) intends to solicit for OEM replacement crane parts for the cranes onboard the USS John Canley (ESB-6).

This requirement is sole sourced Appleton Marine Inc due to because Appleton is the OEM, and only their authorized parts are permitted to be used to maintain the cranes, with no substitutes allowed. This is due to the fact that Appleton Marine, Inc. retains exclusive ownership of the proprietary manufacturing data, including all necessary drawings and technical information required to produce the replacement parts. Without this data, no other source can manufacture the components needed to complete the required repairs and ensure the cranes receive their critical safety and operational certification. The work contemplated in this contract is on the following critical safety items: MISSION EQUIPMENT. Per COMSCINST 4490.1C, MSC N7, the Design Control Activity, has determined that only qualified sources may produce and service these critical safety items. Only authorized field service technicians have access to necessary technical data and have the expertise to identify and provide direct replacement parts for existing equipment, which must be compatible in terms of form, fit, and function with existing equipment or configurations. This ensures equipment reliability. Improperly installed or deficient parts could cause system failure and loss of the affected system or equipment while at sea. Interested companies may identify their interest and capability to respond to the requirement, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government.  

The Government will evaluate the offeror’s price for reasonableness and past performance as part of the responsibility determination in accordance with RFO 12.203.

Quotes will be evaluated in accordance with RFO 12.203, the Government will select the most advantageous offer based on the following evaluation factors: technical including delivery date, price, and past performance in no order of relative importance. 

Anticipated Award Date: MAY 2026

View original listing