Sole Source to Daco Hand Controllers, Inc. for Dual Lever Throttles per attachments
ID: N61331-25-T-KS06Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to procure eighteen Dual Lever Throttle/Propeller Pitch Units from Daco Hand Controllers, Inc. This sole source procurement is justified due to Daco's unique qualifications and existing products that ensure compatibility with the command and control systems of the LCAC100 class air cushion vehicle, thereby avoiding additional integration costs. The contract emphasizes the importance of these units in maintaining operational efficiency and effectiveness within the Navy's fleet. Interested parties can direct inquiries to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Nicole Stevens at nicole.stevens3.civ@us.navy.mil, with all quotes required to include supporting documents by the specified close date.

Point(s) of Contact
Files
Title
Posted
Jan 2, 2025, 2:05 PM UTC
The document is a Sole Source Memorandum issued by the Naval Sea Systems Command for the procurement of eighteen Dual Lever Throttle/Propeller Pitch Units from DACO Hand Controllers, Inc. This acquisition, estimated to exceed simplified acquisition thresholds, is justified on the basis that DACO is the only company capable of supplying the necessary units, which are essential for the LCAC100 class air cushion vehicle's command and control systems. The justification cites regulations allowing for non-competitive procurement due to DACO's unique qualifications, notably their existing single lever controller, which is the basis for the dual lever design. This ensures compatibility with existing electrical and software interfaces, avoiding additional integration costs. The contracting officer confirms that this procurement represents the best value for the government, taking into account various cost factors. Market research was not necessary as DACO was identified as the sole source meeting the requirements. The memo concludes confirming that no barriers to competition exist for future acquisitions.
Jan 2, 2025, 2:05 PM UTC
The document outlines the contract requirements and procedural instructions relevant to government procurements, specifically focused on deliveries, payment submissions, contract clauses, performance evaluations, and points of contact for contract administration within NAVSEA. It emphasizes important provisions regarding the management of payments using Wide Area Workflow (WAWF), the implications of certain contract clauses related to engaging with debarred contractors, and safeguarding covered information systems. Key sections delineate requirements for contractors, including the handling of subcontractors, compliance with disclosures, and maintaining operational protocols during government holidays. Notable clauses include limitations on payments to influence federal transactions, equal opportunity mandates, and specific prohibitions pertaining to foreign entities. The overarching purpose of the document is to ensure that contracting processes adhere to federal regulations and to specify the roles and responsibilities of involved parties, enhancing accountability and transparency in government procurement activities. The content is structured in sections that address different aspects of contract management, thereby guiding contractors in complying with federal guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
16--CONTROL ASSEMBLY,EN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a control assembly, NSN 7R-1680-016617950-E7, with a quantity of four units required for repair or modification. This procurement is critical for maintaining operational readiness and support for miscellaneous aircraft accessories and components. The government intends to negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities or proposals within 45 days of this notice. For further inquiries, interested vendors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN.CIV@US.NAVY.MIL.
20--Compress Melt Units
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.
Procurement of 014525179/DRIVE UNIT,HYDRAULI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a hydraulic drive unit under the presolicitation notice titled 'Procurement of 014525179/DRIVE UNIT, HYDRAULIC'. This procurement is anticipated to be a sole source acquisition from Woodward HRT Inc., as the agency expects to receive a single acceptable offer from this source; however, other capable firms may express interest if they comply with the controlling drawings for the item. The hydraulic drive unit is crucial for aircraft operations, falling under the category of aircraft hydraulic, vacuum, and de-icing system components. Interested parties can reach out to Christophe M. Kilcourse at (215) 697-3992 or via email at CHRISTOPHER.KILCOURS@NAVY.MIL for further inquiries regarding this opportunity.
30--ACTUATOR,ELECTRO-MECHA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an electro-mechanical actuator, specifically NSN 3010016054119, with a delivery requirement to the USS Newport News SSN 750. The procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to secure one unit of the actuator, with an approved source identified as 66935 325-43427-000. This actuator is crucial for mechanical power transmission applications within naval operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation will be accessible through the DLA's online platform, with a delivery timeline of 466 days after order placement.
16--CONTROL ASSEMBLY,LA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for twenty units of the CONTROL ASSEMBLY,LA, specifically for the VH-22 aircraft. This procurement is intended to be conducted on a sole source basis with SAFRAN ELECTRONICS CANADA, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are encouraged to submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 28, 2025. For further inquiries, interested organizations may contact Sophia L. Pugh at sophia.l.pugh.civ@us.navy.mil.
16--CONTROL UNIT,LANDIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source procurement for the repair of 80 units of the CONTROL UNIT, LANDIN, identified by NSN 7R-1680-015725983-QF and part number 8-347-06. This procurement is critical as the control units are essential components for miscellaneous aircraft accessories, and the only known source for these repairs is ELDEC AEROSPACE CORPORATION, the Original Equipment Manufacturer (OEM). Interested parties have 15 days to express their interest and capability to meet the government's requirements, with proposals accepted for consideration within 45 days of this notice. For further inquiries, potential bidders can contact Linda Vong at (215) 697-3992 or via email at LINDA.VONG1@NAVY.MIL.
30--LEVER,REMOTE CONTRO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of remote control levers, specifically NSN 3040014573081, under a total small business set-aside. The contract will involve the delivery of seven units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with a guaranteed minimum of one unit. These levers are critical components for mechanical power transmission equipment, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available through the DLA's online platform.
"3040-01-294-4866, SHAFT,SHOULDERED, WSDC: YLN, HELICOPTER, SEAHAWK, H-60.”
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 14 units of a shouldered shaft (NSN 3040-01-294-4866) specifically designed for the Seahawk H-60 helicopter. This procurement is critical for maintaining operational safety and performance, as the item is classified as a Critical Safety Item. The contract will be awarded on a firm-fixed price basis, with delivery required within 143 days after receipt of order to DLA Distribution in Corpus Christi, Texas. Interested vendors must submit a complete source approval package if they are not an approved source, and the solicitation is expected to be issued on May 12, 2025, with a closing date of June 9, 2025. For further inquiries, potential bidders can contact Samuel Kogi at 804-279-3885 or via email at Samuel.Kogi@dla.mil.
61--CONTROLLER,MOTOR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four motor controllers (NSN 6110016411227) to be delivered to the USS Gerald R. Ford (CVN 78) within 20 days after order. This procurement is a total small business set-aside, emphasizing the importance of supporting small businesses in the defense sector. The motor controllers are critical components for power distribution equipment, ensuring operational efficiency and reliability in naval applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.