IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
ID: N0024424Q0322Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    AXIB II Arctic Buoys
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure 28 AXIB II air-deployable Arctic buoys from LBI, Inc. This procurement is critical for Arctic operations, as the buoys are designed to withstand extreme conditions and are essential for reliable maritime domain awareness in polar climates. The contract, valued under simplified acquisition procedures, requires delivery to the Naval Ice Center within 90 days after receipt of the order, with responses due by September 20, 2024, at 1200 EST. Interested parties can contact David Vaughn at david.e.vaughn6.civ@us.navy.mil or Amber Geusic at amber.m.geusic.civ@us.navy.mil for further information.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.