Sole Source to Teledyne Brown Engineering Inc for SDV BOW Plane Assemblies
ID: N61331-25-T-JK18Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MARINE HARDWARE AND HULL ITEMS (2040)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, intends to award a sole source contract to Teledyne Brown Engineering Inc. for the procurement of ten SDV MK11 Bow Plane Assemblies. This procurement is critical as the assemblies are custom-manufactured by Teledyne Brown Engineering, and no other vetted suppliers can meet the specific requirements without incurring prohibitive costs and delays. The total fixed price for this order will not exceed $250,000, and interested parties can reach out to Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil for further inquiries regarding this opportunity.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The memorandum outlines a Sole Source Justification for procuring ten SDV MK11 Bow Plane Assemblies from Teledyne Brown Engineering, Inc. The acquisition is authorized by the Naval Sea Systems Command, specifically the Panama City Division. The requirement includes not only the assemblies but also individual wrapping, boxing, labeling, and shipping costs, totaling a fixed price order not exceeding $250,000. The justification highlights that Teledyne Brown Engineering is the only source capable of fulfilling this need, as their custom-manufactured assemblies cannot be substituted by any vetted competitors without prohibitive costs and delays. The Contracting Officer determined that this order represents the best value for the government, confirming that no additional market research was needed beyond evaluating Teledyne Brown due to their unique qualifications. The memo concludes that the restrictions on competition will remain in place until the agency can identify alternative suppliers capable of meeting their requirements.
Apr 2, 2025, 7:04 PM UTC
The document outlines a contract's delivery, payment procedures, and administrative guidelines for a federal government solicitation under NAVSEA. It specifies the requirements for submitting payment requests via Wide Area Workflow (WAWF) and mandates that contractors provide detailed segregation of costs incurred during performance. Furthermore, it establishes that the contract type is firm-fixed price, meaning costs are predetermined and fixed for the duration of the contract. The document details the roles and responsibilities of various contracting personnel, including the Contracting Officer and Contract Specialist. It emphasizes strict adherence to changes in contract terms, which must be made in writing. Additionally, it highlights the operational hours, holiday schedules, and policies regarding the delivery of goods and services, along with instructions for contractor compliance in terms of technical points of contact. This comprehensive framework is designed to ensure effective contract administration, facilitate smooth operational communication, and maintain compliance with federal regulations while enabling efficient project execution in a structured environment conducive to accountability and transparency.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Total Small Business Set Aside Limited Source: Teledyne Brown Engineering - MK11 Cartridge Valves. Request Access to drawings, CDRLs or SOW through SAM. Provide CAGE Code when requesting access in SAM
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking qualified small businesses to provide MK11 Cartridge Valves from Teledyne Brown Engineering under a Total Small Business Set-Aside contract. The procurement involves awarding a firm fixed price contract for three units of the specified cartridge, which must meet detailed specifications and be sourced from authorized sellers. This acquisition is critical for maintaining operational capabilities, and interested vendors must submit their quotes, including CAGE codes and lead times, to the primary contact, Terra Roberts, by the specified deadline. For further inquiries, vendors can also reach out to the secondary contact, Jamell L. Kilgore, ensuring compliance with all outlined requirements and submission protocols.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Sole Source to Innovative Professional Solutions for MK12 and MK14 Minesweeping Cutters Refurbishment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source contract to Innovative Professional Solutions for the refurbishment of MK12 and MK14 minesweeping cutters. This procurement aims to address specific wear and fit issues related to the SLQ-37 minesweeping cable systems, ensuring operational readiness and effectiveness. The selected contractor, Innovative Professional Solutions, is uniquely qualified due to its proprietary knowledge and established refurbishment procedures, making it the only entity capable of fulfilling these requirements efficiently. The projected value of this firm fixed price purchase order is under $250,000, and interested parties can direct inquiries to Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil.
53--SEAL ASSY WELDMENT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure a Seal Assembly Weldment, identified by NSN 7H-5330-014140193. The procurement involves a quantity of six units, which will be delivered to two specified locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA. This component is critical for military applications, and due to the proprietary nature of the data associated with it, the government intends to negotiate with only one source under FAR 6.302-1, as it has been deemed uneconomical to reverse engineer or purchase the necessary data. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and all inquiries should be directed to Jocelyne Dzonang Fouego at (717) 605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
13--PLATE ASSEMBLY,WOBB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Plate Assembly, Wobb. This contract involves the design, manufacture, and quality assurance of components used in torpedoes and inert systems, adhering to strict military specifications and quality standards, including ISO 9001. The successful contractor will be responsible for ensuring that all materials are mercury-free and meet the required inspection and acceptance criteria. Interested parties should contact Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, with proposals expected to comply with the outlined requirements and deadlines.
13--CASE,AFTERBODY TORP
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including adherence to quality assurance protocols such as ISO 9001 and MIL-STD specifications. The goods are critical components for naval operations, emphasizing the importance of quality and reliability in defense applications. Interested contractors should contact Jordan Neely at 717-605-8197 or via email at jordan.d.neely2.civ@us.navy.mil, with proposals due by April 14, 2025.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors for the procurement of eight units of the Towed Array Subassembly, classified under the PSC code 5845 for underwater sound equipment. The government has rights to the technical data, and the procurement is set aside for small businesses, indicating a total small business set-aside under FAR 19.5. This equipment is crucial for naval operations, enhancing underwater surveillance and communication capabilities. Interested parties can contact Jocelyne Dzonang Fouego at (717) 605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, and they are encouraged to access relevant documents through the DoD Single Stock Point for compliance and specifications.
Build to Print Machined Parts for Solid State Heading Sensors
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking bids for the procurement of build to print machined parts, specifically heading sensor sleeves and end caps, under a Firm Fixed Price contract. This solicitation emphasizes small business participation and requires compliance with strict technical specifications outlined in export-controlled drawings, which are accessible only to registered Department of Defense contractors with Joint Certification Program (JCP) certification. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and interested offerors must submit their quotes electronically by April 17, 2025, ensuring they are registered in the System for Award Management (SAM) and adhere to federal acquisition regulations. For further inquiries, potential bidders can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
16--CENTER BODY ASSEMBL
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure seven units of the Center Body Assembly, identified by NSN 7R-1680-015639035-V2 and reference number 2311102-1. Due to the flight-critical nature of this item and the lack of adequate technical data for competitive solicitation, only previously approved sources will be considered for this contract, which requires Government source approval prior to award. Interested parties must submit necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice. For further inquiries, contact Shannon K. Fitzgerald at (215) 697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.