Notice of Intent - Sole Source
ID: N0016724Q0327Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking maintenance services for an SKF Transducer Calibrator, model MEA 14B, on a sole-source basis. The procurement is intended to ensure the inspection, repair, and calibration of the transducer, which is critical for maintaining compliance with military specifications for noise-tested bearings. This initiative underscores the importance of specialized equipment in supporting the Navy's operational efficiency and quality assurance processes. Interested parties must submit their capabilities statements by September 24, 2024, and direct any inquiries to Steven Besanko at steven.besanko@navy.mil by September 21, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking maintenance services for an SKF Transducer Calibrator, specifically model MEA 14B. This procurement is intended to be made on a sole-source basis from SKF Osterreich AG through Jamaica Bearings, the only local reseller for SKF items, due to the specificity of required maintenance services. The proposed action aligns with federal guidelines allowing limited competition when only one supplier can meet the needs. The contractor will handle the inspection, repair, and calibration of the MEA 14B and its reference pickup, following OEM specifications. An option to purchase model MEA 14C is included should repairs on the MEA 14B be unfeasible. These services support the noise testing capabilities of NSWCCD to ensure compliance with military specifications for noise-tested bearings. Responses from interested parties are invited by a specified deadline, though this notice does not constitute a competitive proposal request. All inquiries must be submitted by a defined date as well. This initiative underscores the Navy’s commitment to maintaining specialized equipment critical for quality assurance in military components.
    The memorandum explains the justification for a sole source acquisition of maintenance services for the SKF Osterreich manufactured Transducer Calibrator model MEA 14B under the Simplified Acquisition Threshold (SAT). According to the Federal Acquisition Regulation, only one source may be solicited when no other options are reasonably available. The NSWCCD Code 617 requires these services, as the calibration must be performed by the original equipment manufacturer due to proprietary technology and exclusive rights. Previous market research confirmed that Jamaica Bearings is the only domestic distributor for SKF products, and no other companies offer similar calibration for the MEA 14B model. Competition for both the calibration and potential purchase of an MEA 14C is deemed unfeasible since SKF Osterreich is the sole source capable of meeting specific international standards and technical requirements necessary for operational efficiency. Delays would hinder Navy operations significantly, affecting the quality testing and reconditioning of critical components such as noise-tested bearings, resulting in high costs and operational setbacks. The document emphasizes the necessity of sole sourcing to mitigate risks associated with operational disruptions.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    4000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of 4000ft-lbs Force and Torque Calibrators under a total small business set-aside contract. The objective is to acquire between three and thirty calibrators, which are essential for maintaining various torque tools used in Naval operations, ensuring accurate measurements and operational readiness. The selected vendor will also be responsible for providing installation services and training at designated Navy calibration labs, with a contract duration of three years and a maximum unit price of $30. Proposals must be submitted by August 9, 2024, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, and will be evaluated based on technical merit, past performance, and price.
    TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a "TRANSDUCER, MOTIONAL" through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture and supply of specific transducer units, adhering to strict quality assurance and inspection standards, including MIL-STD packaging and government source inspection. These transducers are critical for measuring and testing electrical signals, playing a vital role in various defense applications. Interested vendors must submit their quotes electronically to Charles T. Miller at CHARLES.T.MILLER7.CIV@US.NAVY.MIL, ensuring compliance with all outlined requirements, including proof of authorization as a distributor if applicable. The solicitation emphasizes a firm-fixed price contract, with a minimum quote expiration of 90 days, and encourages accelerated delivery before the specified dates.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    66--TRANSMITTER,PRESSUR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source procurement for the repair of three units of the Transmitter, Pressure, with NSN 7R-6685-991317063-KB. This requirement is specifically directed to MEGGITT (UK) LTD, the Original Equipment Manufacturer, as the government anticipates receiving a single acceptable offer due to the lack of available drawings or data for alternative sources. The procurement is critical for maintaining operational capabilities, and interested parties must submit their capability statements to the primary contact, Linda Vong, at linda.vong2.civ@us.navy.mil, within 15 days of this notice, with proposals accepted for consideration within 45 days. This opportunity is not a Total Small Business Set-Aside, and electronic procedures will be utilized for the solicitation process.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    Vacuum Sensor Calibrators
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Vacuum Sensor Calibrators under a Combined Synopsis/Solicitation notice. The contract will cover a minimum of one and up to eight units, with a duration of two years, aimed at enhancing the calibration capabilities necessary for operational standards in vacuum measurement. This acquisition is critical for ensuring compliance with Department of Defense standards and includes provisions for associated training services and technical documentation. Proposals must be submitted by October 3, 2024, at 12 PM PDT, to Brian Staub at brian.a.staub2.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    Oxygen Clean Low Pressure Calibrator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing an Oxygen Clean Low Pressure Calibrator (OCLPC) to enhance its Metrology and Calibration (METCAL) Program. The procurement aims to acquire between three to fifty-six OCLPCs that meet specific calibration standards, including a pressure range of -13.2 to 200 psig, along with installation, training for personnel, and comprehensive technical documentation. These calibrators are critical for ensuring the accuracy and reliability of oxygen clean workloads and precision pressure standards within Navy operations. Interested parties must submit a Capability Statement, including company details and estimated pricing, to Maria Rubio by September 23, 2024, at 3:00 PM (PST), referencing Sources Sought Notice N6426724R0353 in their email.
    Calibration and Repair Services - PNSY
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Calibration and Repair Services - PNSY: The Department of the Navy at Portsmouth Naval Shipyard GF is seeking sources capable of providing calibration and repair services for the Portsmouth Naval Shipyard in Kittery, Maine. These services are required for instruments and laboratory equipment in accordance with the attached Statement of Work. Interested vendors must be able to comply with FAR 52.245-1, DFARS 252.245-7003, and DFARS 252.245-7005. Responses from interested vendors are due by 11:59pm ET on Tuesday, December 31, 2024. This Sources Sought announcement is for market research purposes only and may lead to an official solicitation in the future. Interested parties must meet specific criteria, including having an active CAGE Code and registration in the System for Award Management (SAM.gov). The response should include company information, point of contact details, business size and type, capabilities statement, and related marketing materials. Responses should be limited to ten pages and submitted in PDF format via email to the Contract Specialist, David Agea, at david.a.agea.civ@us.navy.mil. This notice is for informational purposes only and does not constitute a solicitation or commitment by the government.