CIWS BrickPASS Upgrade
ID: N00174-24-SIMACQ-G4-0042Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS (J010)
Timeline
    Description

    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY

    The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC, IHEODTD) intends to award a firm fixed price contract on a noncompetitive basis to CODA OCTOPUS COLMEK. The purpose of this contract is to upgrade the internal hardware of 25 PASS computers provided by the government to the contractor. The contractor will procure the necessary component kits and perform the upgrades, test the functionality of the computers, update markings on the chassis, and return the computers to the government. The first 8 units are required by October 30, 2024, and the remaining units are due by the end of the contract's performance period.

    This procurement is being conducted under FAR 13.106 (b) as a sole source acquisition, as CODA OCTOPUS COLMEK is the only known source capable of meeting the government's requirements. The NAICS code for this requirement is 334111, and the FSC code is J010. The resulting contract will be a firm fixed price contract.

    Interested parties must demonstrate their capability to respond to this requirement by August 1, 2024, by 10AM (EST). Responses should provide clear and convincing evidence that competition would be advantageous to the government. The determination not to compete this proposed contract action is solely within the discretion of the government. Interested vendors must be registered in the System for Award Management (SAM) and should email their statements, quotes, and capabilities to James (Jimmy) Ludwick at james.e.ludwick2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    CIWS BrickPASS Upgrade
    Currently viewing
    Special Notice
    Similar Opportunities
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.
    16--ELECTRONIC CONTROLL
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support branch, plans to issue a sole-source contract for an electronic control unit. The NSN is 7R-1680-015854855-P8, quantity 1 EA, with delivery terms set at FOB origin. The Navy intends to solicit Marotta, the Original Equipment Manufacturer, as the only known source for the spare part in question, although other responsible sources may submit capability statements for consideration. The approval process for new manufacturers applies, but the procurement will not be delayed for this. The NAICS code is 336413, and the FSC is 1680. The planned contract will be issued under the procedures outlined in FAR Part 12. Interested parties should submit their capabilities and qualifications by email, with a 45-day response window (30 days if issued under a Basic Ordering Agreement). The RFP will be posted on NECO, with an anticipated award date of October 2024. For clarity, potential offerors should direct any queries to MICHAEL J. BROWN at the provided email or phone number: MICHAEL.J.BROWN43@NAVY.MIL or (215)697-3765.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    INTENT TO SOLE SOURCE - OEM (EMS DEVELOPMENT CORP / ULTRA) ADVANCED DEGAUSSING SYSTEM PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source contract to procure OEM advanced degaussing system parts from EMS Development Corporation. This firm fixed-price supply contract aims to ensure the timely delivery of essential components to support the Military Sealift Command, with full delivery required by October 4, 2024. The procurement emphasizes compliance with specific packaging and identification protocols, as well as the importance of fixed pricing and past performance evaluations in determining the best value. Interested parties must submit their proposals by 10:00 AM PST on September 13, 2024, and direct any inquiries to Chris Parker at Christopher.l.parker86.civ@us.navy.mil.
    Solicitation - Extrusion Press Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking to award a sole source contract for the refurbishment of Extrusion Presses from Fulton Iron Manufacturing, LLC. This procurement is being pursued under the authority of 10 USC 2304(C)(1), indicating that only one responsible source can meet the agency's requirements, and it is not open for competitive proposals. The refurbishment of these machines is critical for maintaining operational capabilities in materials handling, which is essential for various defense applications. Interested parties are encouraged to submit their organization details and capabilities to Sara Cooper via email by September 13, 2024, to be considered for future competitive procurement opportunities.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of a Processor for Target Location Data, identified by NSN 7R-5895-015866374-QF. This procurement is intended to fulfill a specific requirement and will be solicited and negotiated with only one source under FAR 6.302-1, indicating a non-competitive procurement process. The items are crucial for military operations, ensuring accurate target location capabilities. Interested parties are encouraged to express their interest and capability to respond within 45 days of the notice publication, with proposals being considered for competitive procurement at the Government's discretion. For further inquiries, contact Eric M. Tarkett at (215) 697-4313 or via email at ERIC.TARKETT@NAVY.MIL.
    Sole Source Notification to Universal Sonar Mount. An upgrade to the Universal Sonar Mount hardware currently owned by Naval Post Graduate School
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole source contract to Universal Sonar Mount or an authorized dealer for an upgrade to the Universal Sonar Mount hardware currently used by the Naval Postgraduate School. The Navy requires an upgrade to the existing Universal Sonar Mount's transducer pole and base unit. Specifically, they need a teardrop-shaped mount to attach to the Kongsberg EM2040-07 transducer. This hardware will be installed on watercraft to support the Oceanography Department's courses, student research, and the Technical POC's programs. The contract, valued at an estimated cost of around $25,000-$50,000, would be a firm fixed-price agreement. The Navy intends to award the contract by the end of September 2024. Universal Sonar Mount or an authorized dealer with the necessary hardware and ability to fulfill the upgrade requirements is eligible for this opportunity. Interested parties should contact Sheri Bunn-Markryd at sheri.k.bunn-markryd.civ@us.navy.mil for further information.
    USNS CODY FCTs
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is soliciting quotations for technical services related to the communication systems aboard the USNS Cody, specifically for the upcoming FCT Mock Trials and Final Contract Trials. The procurement requires Original Equipment Manufacturer (OEM) technical support from General Dynamics Mission Systems Inc. to ensure operational readiness during these critical testing phases, scheduled for October 15-17 and November 5-7, 2024, at JEB Little Creek in Virginia Beach, Virginia. This contract, categorized under NAICS code 811310 and PSC J020, emphasizes the importance of maintaining effective communication capabilities for military operations, with a firm-fixed price purchase order awarded based on the lowest priced technically acceptable quote. Interested vendors must submit detailed pricing by 11:00 AM EST on September 16, 2024, and can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria Morris at maria.morris1@navy.mil for further information.