Notice of Intent to Sole Source to Dynamic Sealing Technologies Inc for the purchase of High Pressure Pneumatic Rotary Unions
ID: FA9101-24-Q-B077Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Precision Turned Product Manufacturing (332721)

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract to Dynamic Sealing Technologies Inc. for the procurement of three custom-made High Pressure Pneumatic Rotary Unions. These rotary unions are critical for testing operations at Arnold Air Force Base and must meet stringent specifications, including compliance with ASME standards, precise dimensional tolerances, and rigorous testing requirements to ensure reliability under high-pressure conditions. The contract is expected to be awarded by September 26, 2024, with interested vendors encouraged to submit business concepts by September 9, 2024, to the designated contracting officials, Noah Bean and Greggory Jones, via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the requirements for three custom-made 1.25-inch High Pressure Pneumatic Rotary Unions, designed for use with air and hydraulic fluids. Each unit must feature a 4.4-inch internal bore, be interchangeable, and comply with ASME Boiler and Pressure Vessel Code standards. The rotary unions should be defect-free for one year post-delivery and built from corrosion-resistant materials that meet specified pressure and weight limits. Key specifications include an average flow rate of 10 lbm/sec, a maximum flow rate of 30 lbm/sec under operating pressures up to 1500 psi, and precise dimensional tolerances for inner and outer diameters, ensuring three independent flow paths for high-pressure air and hydraulic lines. During the checkout process, the units must undergo hydro testing at 2250 psi and leak testing with strict leak rate criteria to ensure reliability and safety in operation. This document serves as a detailed guide for potential vendors responding to the government’s request for proposals related to specialized rotary union manufacturing.
    The memorandum from the Air Force Test Center at Arnold Air Force Base outlines the intent to sole source a contract to Dynamic Sealing Technologies Inc. for High Pressure Pneumatic Rotary Unions. Market research concluded that Dynamic Sealing is the only vendor meeting the specifications required for this purchase. The acquisition will follow FAR Part 13, Simplified Acquisition Procedures, with a firm-fixed price purchase order anticipated to be awarded by September 26, 2024. While the notice indicates that this is not a request for competitive proposals, responsible vendors who can meet the outlined requirements may submit a business concept by September 9, 2024. Interested parties should direct their submissions to the designated contracting officials via email. This document underscores the government's approach to procurement under specific regulations while allowing for potential vendor submissions in specialized areas.
    The document details a single-source justification for procuring three custom high pressure pneumatic rotary unions needed for testing at Arnold Air Force Base (AFB). Dynamic Sealing Technologies, Inc. (DSTI) is identified as the only vendor capable of delivering the items by the critical deadline of March 1, 2025. The justification stems from previous work conducted by DSTI under a $10K subcontract, which included significant engineering resources from Arnold AFB estimated at $9K. Competing the contract would lead to $35K in duplication costs and extensive delays, pushing delivery into July 2025 and incurring an additional $3.2 million in test-related expenses. Market research was conducted to explore competition while ensuring compliance with federal acquisition regulations. The contracting officer determined that, given the urgency and specialized nature of the required equipment, justifying single-source procurement is warranted, and future requirements will be evaluated as they arise. This document highlights the mechanisms within federal contracting aimed at ensuring efficiency and cost-effectiveness in urgent procurement situations.
    Similar Opportunities
    SEAL, AIR, AIRCRAFT G (F110)
    Active
    Dept Of Defense
    The US Department of Defense is seeking proposals for SEAL, AIR, AIRCRAFT G (F110) seals, a critical safety component used in military applications. With a delivery deadline of January 2026, the procurement process will begin in August 2024 and is expected to award a contract by September 2024. As a sole-source procurement, the government favors General Electric Company but remains open to competitive offers. Contact Todd Isaac for more information on this $1.2 million opportunity.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    16--PUMP,RESERVOIR,CONT
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a Pump, Reservoir, Cont, specifically NSN 7R-1680-015875601-P8, from Meggitt Defense Systems Inc. This procurement is critical as it involves the acquisition of spare parts necessary for aircraft operations, and Meggitt Defense Systems Inc is the Original Equipment Manufacturer (OEM) with exclusive rights to provide these parts. Interested parties have 15 days to express their interest and capability to meet the requirements, with the solicitation expected to be issued on August 21, 2024, and proposals due by September 21, 2024. For further inquiries, interested organizations can contact Dillon R. Ketterman at dillon.ketterman@navy.mil.
    48--VALVE,GATE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure seven gate valves (NSN 7R-4810-015789645-P8, P/N: EM56-20-5) from TRANSAERO INC, the Original Equipment Manufacturer (OEM) and sole source for this item. The procurement requires that all parts be FAA-certified and accompanied by an FAA Authorized Release Certificate, as there are no available drawings or data for alternative suppliers. This valve is critical for military applications, and the government plans to award the contract by February 2025, following a presolicitation notice. Interested parties must submit their capabilities and qualifications via email to Dylan E. Payne at DYLAN.E.PAYNE@NAVY.MIL within 45 days of the notice publication.
    KC-135 MOTOR PUMP HYDRAULIC, NSN: 1650-01-161-1597HS, PN: 731828A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic motor pump spares specifically for the KC-135 aircraft. This sole source acquisition is aimed at acquiring a total of 428 units, with a minimum order of 107 and a maximum of 642, to be delivered to Tinker Air Force Base, Oklahoma, by July 16, 2025. The procurement is limited to the qualified source Hamilton Sundstrand, emphasizing the specialized nature of the components required for the aircraft's operational capabilities. Interested parties must submit their proposals by November 7, 2024, following the estimated issue date of the Request for Proposal on October 7, 2024, and can direct inquiries to John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542.
    Sole Source Parker Hannifin spares
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Richmond, Virginia, is preparing to issue a Letter Request for Proposal (RFP) for the procurement of sole source spare parts from Parker Hannifin Corporation. This initiative targets a total of 280 National Stock Numbers (NSNs) associated with various weapon systems and operational platforms, with the intent to award the contract solely to the Original Equipment Manufacturer (OEM) due to their approved status as the source of supply. Interested non-OEM suppliers and surplus dealers are encouraged to express their interest and provide documentation demonstrating their capability to supply the required items, as the government may consider alternative acquisition strategies if beneficial. The anticipated timeline for this procurement includes an open date of September 9, 2024, and a closing date of October 10, 2024. For further inquiries, interested parties may contact Kenya Allamby at kenya.allamby@dla.mil or by phone at 804-279-3716.
    43--PUMP,ROTARY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 31 units of a rotary pump identified by NSN 7H-4320-014529381. The procurement is based on a sole-source justification, as the Government does not possess the data or rights necessary to purchase or contract repair of this part from alternative sources, making it uneconomical to reverse engineer. This rotary pump is critical for various military applications, and interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the notice, with proposals being considered for award if they meet the necessary qualifications. For further inquiries, interested vendors can contact Jacob Davis at (717) 605-4237 or via email at JACOB.T.DAVIS18.CIV@US.NAVY.MIL.
    Rotary Retract Engine Cable Tensioner Piston Rod Rework
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Mid-Atlantic, is seeking quotes for the rework of nine Rotary Retract Engine Cable Tensioner Piston Rods to ensure fleet readiness. The procurement involves refurbishing components that have been found out of operational tolerance, requiring adherence to a detailed Statement of Work (SOW) and compliance with military standards, including dimensional and non-destructive testing, as well as reapplying Nickel-Chromium and Cadmium plating. This contract is a 100% Total Small Business set-aside, with a firm fixed price award anticipated under FAR Part 13.3, and quotes must be submitted by 5:00 PM on August 31, 2024, to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil. Interested parties should ensure they have the necessary documentation and comply with the specified requirements to be considered for this opportunity.
    NSN2840-01-369-6005_SealAirAircraftG_F100_PN4080807_FD2030-25-00239
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Synopsis to identify potential suppliers for the new manufacture of aircraft seals under National Stock Number (NSN) 2840-01-369-6005NZ. The objective is to determine whether the procurement can be competitive or set aside for small businesses, including classifications such as Service-Disabled Veteran-Owned and HUBZone businesses, with the anticipated place of performance at Tinker Air Force Base, Oklahoma. This initiative is part of the government's effort to enhance engagement with various business sectors while fulfilling its supply chain management needs for new spare parts and associated engineering qualifications. Interested vendors are encouraged to register and submit relevant business information, including size and certifications, to the primary contact at 421SCMS.Requirements.workflow@us.af.mil or the secondary contact at DLAAVIATION.AOB.SourcesSought@us.af.mil, as there is currently no funding allocated for this market research.
    ROTARY SHAFT HOUSING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of rotary shaft housing under solicitation number SPMYM4-24-Q-0712. Qualified vendors are required to submit their quotes in accordance with the Federal Acquisition Regulation (FAR) guidelines, specifically FAR Part 12 for commercial items and FAR Part 13 for simplified acquisition procedures. The rotary shaft housing is essential for various defense applications, and the procurement aims to ensure compliance with federal procurement laws while fulfilling the operational needs of the military. Quotes are due by 12:00 P.M. Hawaii Standard Time on September 21, 2024, and interested vendors should contact Leo Li at leo.y.li.civ@us.navy.mil for further details.