MSC Hatteland Monitor Replacements
ID: N3220524Q1112Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of brand name Hatteland monitors and adapters, specifically the HD32T40MVD-MAX-C model, essential for operational capabilities on TAO Class vessels. This procurement is critical as existing Hatteland models are being phased out, and the unique specifications necessitate a non-competitive acquisition process to ensure compatibility and compliance with maritime certifications. Interested small businesses must submit their quotes electronically by September 19, 2024, with a firm-fixed price purchase order expected to be awarded by October 11, 2024. For further inquiries, potential offerors can contact Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.

    Files
    Title
    Posted
    This memorandum outlines the justification for utilizing a non-competitive procurement process for the acquisition of replacement monitors from Hatteland Technology for Military Sealift Command (MSC) vessels. Citing FAR regulations, the document emphasizes that, due to unique specifications and critical operational needs, only Hatteland monitors, specifically the HD32T40MVD-MAX-C model, can be used. Hatteland is the sole manufacturer and Original Equipment Manufacturer (OEM), with restrictive rights that require compliance with specific maritime certifications. The urgency of the requirement is underscored, as the monitors are necessary for maintaining operational capabilities on TAO Class vessels, where existing Hatteland models are being phased out. The document lists potential vendors who can supply the required items but reiterates the need for the specific brand name to ensure compatibility and operational safety. With a required delivery date set for April 30, 2025, the memorandum seeks approval for this acquisition strategy under the simplified acquisition threshold, adhering to necessary regulatory guidelines.
    The document N3220524Q2112 details the contract terms and conditions for a government procurement project, primarily addressing the requirements for contractors involved in the acquisition of commercial products and services. It outlines various clauses related to the System for Award Management, contractor compliance, and unique item identification. The text emphasizes adherence to statutory provisions, safeguarding procurement integrity, and ensuring quality in service delivery. Key provisions include instructions for electronic payment submissions, specific delivery instructions, and compliance requirements for wood packaging materials as per international standards. The document mandates compliance with government regulations concerning labor laws, environmental protections, and restrictions on certain foreign procurements. Overall, the RFP serves as a guideline for contractors to ensure compliance, facilitate shipping logistics, and uphold federal procurement standards, reflecting the government's commitment to transparency and ethical contracting practices.
    The document outlines vital clauses, certifications, and representations applicable to government RFPs, federal grants, and local proposals. It emphasizes the need for offerors to accurately disclose information concerning their compliance with regulations affecting telecommunications equipment and services, particularly in relation to defense contracts. Offerors must confirm they do not provide covered telecommunications or engage in restricted business operations, such as operations involving Sudan. Detailed definitions clarify terms like "small business concern," "women-owned small business," and "service-disabled veteran-owned small business," providing a framework for eligibility in government contracting. Key representation areas include tax liability status, compliance with federal regulations regarding human trafficking, and certification of manufacturing locations. The document also features guidelines for compliance with the Buy American Act, trade agreements, and disclosure of greenhouse gas emissions, thereby reinforcing transparency and corporate responsibility. Overall, the file is structured to foster compliance, inclusivity, and accountability among government contractors, ensuring they meet the necessary legal and operational standards while engaging in federal procurements.
    The Military Sealift Command has issued a combined synopsis and solicitation (N3220524Q1112) for the procurement of brand-name Hatteland supplies, specifically a 32.0" Multi Vision Display and a retro adapter kit, as part of a Request for Quotes (RFQ). The solicitation, which is not set aside for small businesses despite the presence of qualified ones, specifies that quotes must adhere to commercial standards and be received electronically by 16 September 2024. The procurement is an exception to the fair opportunity process due to the requirement for specific Hatteland brand items. The Government plans to award a Firm-Fixed Price purchase order based on the lowest price technically acceptable (LPTA). Key evaluation criteria highlight the need for technical acceptance and pricing reasonableness, ensuring compliance with various federal acquisition regulations. Attachment documents detail additional requirements and clauses pertinent to the offeror's submission, emphasizing the importance of OEM verification. This solicitation reflects the government's commitment to sourcing specific technology components essential for operational capability while maintaining regulatory compliance.
    The Military Sealift Command has issued a combined synopsis and solicitation notice (N3220524Q1112) for the procurement of Hatteland Brand Name supplies, specifically a 32" Multi Vision Display and a retro adapter kit. The solicitation, aimed at small businesses, requires quotes to be submitted electronically by September 19, 2024. Companies must provide documentation of OEM authorization, pricing details, and a cover letter affirming compliance with solicitation requirements. Award will be based on the Lowest Price Technically Acceptable (LPTA) approach, with the government seeking a firm-fixed price purchase order. Proposals will be evaluated for technical acceptability against set criteria, ensuring they meet brand name specifications and total required quantities. Price reasonableness evaluations will be conducted based on all submitted quotes, determining if the proposed pricing is fair and comparable to market values. The deadline for delivery is May 23, 2024, and the expected contract award date is no later than October 11, 2024. This solicitation emphasizes compliance with federal acquisition regulations and aims to ensure that only qualified vendors can participate, particularly for safety-critical items on military vessels. Potential offerors are advised to avoid altering solicitation terms, as doing so could lead to disqualification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Computer Monitors & Peripherals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the procurement of computer monitors and peripherals through a total small business set-aside opportunity. The procurement includes specific brand-name items such as 46 Samsung 32" monitors and 210 Dell 27" monitors, along with various accessories, totaling 566 units, which are essential for supporting the Marine Corps Prepositioning Program in the Philippines. These items are critical for maintaining operational efficiency and compatibility with existing systems, ensuring readiness for DoD personnel. Interested vendors must submit their responses by noon on September 18, 2024, and can direct inquiries to Erica Vaughn at erica.vaughn@usmc.mil or William Mike McGrattan at William.McGrattan@usmc.mil.
    70--DISPLAY, GROUP VIEW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure two units of a specific display item identified by NSN 7H-7025-016858277-X5. The procurement is limited to one source due to the government's determination that it is uneconomical to acquire the data or rights necessary for competitive bidding, and the contract will be negotiated under FAR 6.302-1. This procurement is critical for maintaining operational capabilities, as the item is essential for specific military applications. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, and they may contact Duana Cloyd at (717) 605-5722 or via email at DUANA.CLOYD@NAVY.MIL for further details.
    70--PANEL PC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure four units of the PANEL PC, identified by NSN 7H-7025-016924379. This procurement is a total small business set-aside and is intended for supplies that the Government plans to solicit and negotiate with only one source due to the unavailability of data or rights needed for competitive procurement. The goods are critical for IT and telecom support, particularly in help desk and productivity tool applications. Interested parties must respond within 45 days of this notice, and all inquiries should be directed to Leigh E. Catchings at (717) 605-2864 or via email at Leigh.Catchings@navy.mil.
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of an Actuator Assembly specifically for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of one Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards of existing ship equipment, necessitating brand-name exclusivity due to compatibility requirements. Interested vendors must submit their quotes by 10:00 AM EDT on September 18, 2024, with the delivery point located in Norfolk, VA, and an acceptance date set for March 4, 2025. For further inquiries, interested parties can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS HARVEY MILK_ Seal Cartridge_ Sole Source (Defense Maritime Solutions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts from Defense Maritime Solutions Inc. for the USNS Harvey Milk, specifically focusing on the Main Bilge Pump Assembly. This procurement involves brand-name components, including pressure transmitters and mechanical seals, which are critical for maintaining operational readiness and safety of naval systems. The required delivery date for these items is December 18, 2024, and interested vendors must submit their quotes by September 19, 2024, ensuring compliance with federal acquisition regulations. For further inquiries, potential bidders can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil.
    DISPLAY UNIT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of a display unit, identified by NSN 7025-99-261-5712 and part number 81702-0500-00. The procurement involves opening, inspecting, reporting, and potentially repairing six units, with strict adherence to the original equipment manufacturer (OEM) specifications and military packaging standards. These display units are critical for the U.S. Coast Guard's Medium Endurance Product Line, ensuring operational readiness and reliability. Interested vendors must submit their quotes by September 18, 2024, and direct any inquiries to Nina Crosby at Nina.M.Crosby@uscg.mil or by phone at 410-762-6658.
    16--MONITOR SYSTEM,AIRC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a monitor system, specifically NSN 7R-1680-017030678-E7, with a quantity of 6 units required. This procurement is critical for maintaining operational readiness and ensuring the functionality of miscellaneous aircraft accessories and components. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities within 45 days of this notice. For further inquiries, potential bidders can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    CONTROL-DISPLAY,OPT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of CONTROL-DISPLAY,OPT devices. This contract requires manufacturers to adhere to strict quality and inspection standards, including compliance with MIL-STD packaging and the prohibition of mercury contamination, as these devices are intended for use on submarines and surface ships. The successful contractor must be an authorized source and provide detailed pricing, delivery timelines, and compliance documentation. Interested parties should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days.
    USNS ROBERT E. PEARY Remote Radar Display
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the procurement of a Remote Radar Display for the USNS Robert E. Peary, specifically requiring a processor and a lamp ring assembly from Northrop Grumman Systems Corporation. This procurement is critical for maintaining the operational integrity of T-AKE class vessels, as the components are proprietary and essential for inventory restock. Interested parties must submit detailed price quotes by September 19, 2024, with delivery expected by August 31, 2024, at a designated Norfolk, Virginia address. For further inquiries, contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil.
    USNS LEWIS & CLARK DRIVE, 5HP, AC
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a 5HP AC drive for the USNS Lewis & Clark (T-AKE 1) Class ship. This procurement is critical for maintaining operational readiness and involves a firm-fixed price purchase order, with a required delivery date set for September 30, 2024. Interested offerors must submit their quotes by September 17, 2024, with evaluations based on technical capability, pricing, and past performance, prioritizing the lowest priced technically acceptable offer. For further inquiries, potential bidders can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.