N0017325Q5309 - Sub-Surface Buoy system
ID: N0017325Q5309Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Urethane and Other Foam Product (except Polystyrene) Manufacturing (326150)

PSC

BUOYS (2050)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory, intends to award a sole-source purchase order for a Sub-Surface Buoy system to Deepwater Buoyancy, Inc., located in Biddeford, Maine. This procurement includes specific items essential for research, such as a 49" Spherical Acoustic Doppler Current Profiler (ADCP) Buoy and related components, and is being conducted under Simplified Acquisition Procedures due to its value not exceeding $250,000. The goods are critical for the agency's research needs, emphasizing the importance of specialized supplies in fulfilling operational requirements. Interested parties may submit evidence of their capability to meet these requirements, but the government retains discretion over whether to pursue competitive procurement. For further inquiries, contact Kayrelly Aguirre-Arroba at kayrelly.aguirre-arroba2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) has issued a Notice of Intent to award a sole-source purchase order to DEEPWATER BUOYANCY, INC., located in Biddeford, Maine. This procurement is not open to competitive proposals and falls under Simplified Acquisition Procedures due to its value not exceeding $250,000. The order includes multiple specific items necessary for research, such as a 49" Spherical Acoustic Doppler Current Profiler (ADCP) Buoy and related components. The relevant NAICS code for this procurement is 326150, and the Federal Product Service Code is 2050. Interested parties are invited to submit evidence of their capability to fulfill this requirement, but the decision to proceed with a competitive procurement lies with the government. This notification emphasizes the exclusive sourcing of particular supplies critical to the agency’s needs, reaffirming the government's discretion in procurement processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    Notice of intent to award sole source
    Buyer not available
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    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.
    Notice of intent - Sole source - Deep Water Titanium Housings
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure deep water titanium housings on a sole-source basis from DEVELOGIC GmbH for the Deep Effector Test project. The procurement requires six titanium housings designed to withstand submerged pressures of at least 6,000 psi, with specific cylindrical dimensions and made from grade 5 titanium, ensuring consistency and reliability for ongoing dynamic testing. This acquisition is crucial for maintaining operational efficiency in defense capabilities, as the titanium housings have been previously utilized in related testing, and DEVELOGIC is the only vendor capable of supplying these proprietary items. Interested vendors may submit a capabilities statement by February 25, 2025, and should direct inquiries to Steven Besanko at steven.besanko@navy.mil or call 301-312-3357 for further information.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.
    Sole Source to Geometrics for 2 ea. MFAM SUPERMAG-SX SENSOR MODULE LCS100X Magnetometers, As Requested in the Attached Documents.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source contract to Geometrics for the procurement of two MFAM SUPERMAG-SX sensor modules, specifically designed for measuring magnetic field strength. This acquisition is critical as the magnetometers are the only units compatible with the necessary software for optimal operational performance, particularly for overseas testing operations. The sole source justification underscores the unique technical requirements and the lack of alternative suppliers in this niche market, ensuring the government receives the best value without the need for competitive bidding. Interested parties can reach out to Jessica Clark at Jessica.D.Clark27.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil for further details regarding this procurement.
    60' Dive Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.