Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
ID: M67854-24-R-1053Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to enter into sole-source negotiations with Kongsberg Defence & Aerospace AS for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control System and Weapon Control System subsystems. This procurement arises from the U.S. Government's lack of technical data rights necessary for competitive bidding, as outlined in the Federal Acquisition Regulation, making Kongsberg the only responsible source capable of fulfilling the requirements. The contract is expected to be awarded in the second quarter of fiscal year 2025, with a performance period from February 2025 through March 2027. Interested parties may submit capability statements within 15 calendar days of this notice, and all communications should be directed to Tessanna H. Curtis at tessanna.curtis@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.

    Point(s) of Contact
    Tessanna H. Curtis
    tessanna.curtis@usmc.mil
    Cori L. Kirkbride
    cori.kirkbride@usmc.mil
    Files
    Title
    Posted
    The Marine Corps Systems Command (MCSC) plans to enter into sole-source negotiations with Kongsberg Defence & Aerospace AS for the development, production, and support of the NMESIS Fire Control System and Weapon Control System subsystems. This decision arises from the U.S. Government's lack of technical data rights necessary for competitive bidding on these subsystems, as outlined under the Federal Acquisition Regulation. The contract is projected to be awarded in the second quarter of fiscal year 2025, with performance expected from February 2025 through March 2027. While this notice does not solicit competitive proposals, interested parties may submit capability statements within 15 days, which could influence the government's decision on the acquisition. Communication regarding this notice should be directed to designated contracting officials, emphasizing that all responses become government property and are not subject to reimbursement. This notice illustrates a government acquisition strategy focused on efficiency and risk mitigation in specialized defense systems development.
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    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.
    D--Special Notice of Intent to Sole Source Award.
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Norbit US LTD for the continued access to specialized software essential for processing multibeam sonar data. This procurement is aimed at securing the POSPac MMS with SmartBase and Qimera/Fledermaus FM Geocoder software, which is critical for standardized data processing in collaboration with partner agencies, including the U.S. Geological Survey (USGS). Norbit US LTD is uniquely qualified to provide the necessary expertise for utilizing this software, as they are the only vendor capable of supporting the specific requirements associated with the Norbit multibeam sonar. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, with the contract value not exceeding $250,000 and no competitive quotes being solicited.
    53--LEVER,MANUAL CONTRO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 16 units of a manual control lever, identified by NSN 1H-5340-015128686-X3, through a presolicitation notice. The procurement is intended for supplies that will be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. This procurement is critical as it involves specialized hardware that the government cannot economically reverse engineer or source from multiple suppliers, thus necessitating a sole-source acquisition. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice, and they may contact Melissa A. Furness at (717) 605-7821 or via email at melissa.furness@navy.mil for further information.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    14--SYNCHRONIZER,ELECTR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure five units of the synchronizer, part number G710592-2, under a presolicitation notice. The procurement is limited to one source due to the unavailability of data and rights necessary for competitive sourcing, as it involves unclassified but militarily sensitive technology. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice, with proposals being considered for award if they meet qualification requirements. For further inquiries, interested vendors can contact Jacob Davis at (717) 605-4237 or via email at JACOB.T.DAVIS18.CIV@US.NAVY.MIL.