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
    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
    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.
    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
    Similar Opportunities
    13--FIN ASSEMBLY,TORPED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    BODY,DYNAMIC SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of eight units of the Body, Dynamic Seal, designated under NSN 5820 011586886. This procurement is a 100% small business set-aside and aims to fulfill the requirements for use on Navy submarines, emphasizing the need for compliance with stringent quality and inspection standards. The evaluation of proposals will consider both price and non-price factors, including delivery lead time and past performance, with the contract award expected to be made based on the best value to the government. Interested parties should direct inquiries to Sagan Kakkar at 717-605-9121 or via email at sagan.kakkar.civ@us.navy.mil, with proposals due in accordance with the solicitation timeline.
    SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contract for the new manufacture and overhaul of the MK-99 Subassembly Electrical Contract Ring, part number 2907651. This procurement is focused on maintaining and repairing ship and marine equipment, which is critical for the operational readiness of naval vessels. The justification for this sole source contract indicates the specialized nature of the required components and services. Interested parties can reach out to Logan Wagler at logan.d.wagler.civ@us.navy.mil or by phone at 812-854-1061 for further details regarding this opportunity.