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
    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
    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.
    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
    Similar Opportunities
    SOLE SOURCE – HAND CONTROLLER UNITS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure hand controller units via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and that a specific supplier has been identified as the only source capable of fulfilling the requirements. Hand controller units are critical components in various defense applications, ensuring operational effectiveness and reliability. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil for additional details regarding this opportunity.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    61--CONTROLLER,MOTOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five motor controllers (NSN 6110014687604) under a total small business set-aside solicitation. The requirement includes the delivery of these controllers to Patrol Squadron Thirty (VP 30) within five days after the order is placed. These controllers are critical components used in electric wire and power distribution equipment, highlighting their importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure 32 units of the actuator, electro-mechanical, identified by NSN 7H-4810-015016826. The procurement is for a specialized component that is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with all proposals being considered for the purpose of determining whether to conduct a competitive procurement. For further inquiries, interested vendors can contact Heather R. Jones at (717) 605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    48--CONTROL UNIT,REMOTE - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of control units, remote parts, and other replacement components. The contract requires the manufacture or refurbishment of specific electrical motors, with a focus on compliance with stringent quality assurance and inspection standards. These components are critical for maintaining operational readiness and supporting national defense initiatives. Interested vendors should note that the solicitation includes a firm fixed-price contract structure, with a total quantity of seven units required, and must contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil for further details and submission guidelines.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    61--CONTROLLER,MOTOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a motor controller, specifically NSN 6110015029179, to be delivered to USS CHUNG HOON DDG 93. The requirement includes a quantity of one unit, with a delivery deadline of five days after award. This equipment is critical for electric wire and power distribution applications, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    COUPLING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of couplings, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for delivering the specified couplings within 365 days of contract award, with a focus on compliance with detailed specifications and certification requirements. Interested parties should contact Christian Valdez at 717-605-3229 or via email at CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL for further information and to ensure their proposals are submitted by the extended closing date.