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
    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 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.
    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 CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    Sun Display Systems Faceplates and Panels
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking quotes for a sole-source contract with Sun Display Systems LLC for the procurement of non-ruggedized faceplates and related components. The goods must comply with the Trade Agreements Act (TAA) and are essential for the operation of specific military equipment, ensuring functionality and reliability in defense applications. Interested vendors must be registered authorized resellers of Sun Display Systems and submit their best quotes by September 19, 2024, at 11:59 PM EST, with delivery expected by October 31, 2024. For further inquiries, vendors can contact Kimberly D. Silvernagel at kimberly.d.silvernagel.civ@us.navy.mil.
    Solicitation Mooring Lines
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm fixed-price contract to supply mooring lines, specifically designed for Military Sealift Command (MSC) operations. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the provision of ten HTP-12 Rope Assemblies, each with specific characteristics including a diameter of 1/2 inch and a minimum break strength of 82,600 lbs. This contract is crucial for ensuring the availability of essential marine supplies that support military operations, with a submission deadline for quotes set for September 20, 2024, at 11:59 PM PST. Interested parties should direct inquiries to Noah Ibrahim at Noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Award Management (SAM) to participate in this procurement.
    USNS HARVEY MILK_ Pump Overhauls_ Sole Source (Defense Maritime Soultions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts for the USNS Harvey Milk (T-AO 206) from Defense Maritime Solutions Inc. This procurement is a sole source acquisition focused on essential components such as ball bearings, cartridge seals, and bushings, which are critical for the operational readiness of the vessel. The urgency of this acquisition is underscored by the need for compatibility with existing equipment and the proprietary nature of the items, as Defense Maritime Solutions is the Original Equipment Manufacturer (OEM) for life rafts designed for T-AO vessels. Quotations are due electronically by September 19, 2024, with delivery expected by December 1, 2024. Interested parties can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further information.