SOLE SOURCE – Sustainment of Electro-Optic/Infrared Sensors, spare parts, and engineering services
ID: N0016422RJQ05Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a sole source contract for the sustainment of Electro-Optic/Infrared Sensors, spare parts, and engineering services. This contract will support various organizations including the United States Coast Guard, Special Operations Command, Navy Expeditionary Combat Command, and Strategic Systems Program. The contract will include Test, Tear down and Evaluation (TT&E), Repair, Refurbishment, Spare Parts, and Engineering Services. The anticipated contract minimum is 1 Each under CLIN 0002 TT&E, with a maximum value of $34,394,346. The delivery location is Crane, IN. The contract is expected to be awarded on 13 FEB 2023. The procurement will be conducted on a sole source basis with FLIR Systems Inc. Interested parties can direct their inquiries to Logan Carrico at logan.carrico@navy.mil or 812-854-3936.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    SUBJECT: Long Term Contract (Requirements Contract) Synopsis - Notice of Intent to Sole Source & Consolidation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is issuing a Request for Proposal (RFP) for a five-year Requirements Contract focused on the repair, modification, and manufacturing of thermal imaging systems and sensor systems. Contractors are required to provide all necessary parts for repair while adhering to military standards for packaging, marking, and compliance with technical specifications, including unique item identification and commercial asset visibility reporting. This procurement is crucial for maintaining the operational readiness of military equipment, ensuring that thermal imaging and sensor systems are effectively supported. Interested contractors should note that the proposal submission deadline has been extended to March 14, 2025, and must acknowledge receipt of all amendments to the solicitation. For further inquiries, contact Andrew Stader at andrew.stader@navy.mil or Sarah Ream at sarah.e.ream.civ@us.navy.mil.
    SANTA BARBARA INFRARED INTEGRATING SPHERE AND INTERFACE BOX
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Santa Barbara Infrared Integrating Sphere and Interface Box under a sole source contract. This procurement involves the acquisition of one Integrating Sphere (part number VSX-04-P-A-L-25-EGS) and one ACE II Interface Box (part number 310-000-818) to support the Shipboard Panoramic Electro-Optical Infrared (SPEIR) Medium Wave Infrared (MWIR) Program, highlighting the importance of advanced infrared technology in military applications. Interested vendors must submit their capability statements by the closing date of March 17, 2025, at 5:00 PM Eastern Time, and are encouraged to monitor the SAM.gov website for any updates or amendments to the solicitation. For further inquiries, contact Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Sole Source to Teledyne Brown Engineering, Inc. for 5 EA. SDV MK 11 Trim Control Valves
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure five SDV MK 11 Trim Control Valves from Teledyne Brown Engineering, Inc. This sole source procurement is justified due to Teledyne's status as the Original Equipment Manufacturer, which makes it uniquely qualified to meet the government's specific requirements for these specialized valves. The acquisition is critical for ensuring timely delivery and operational readiness, as substituting with another manufacturer would incur significant costs and delays. 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 information regarding this opportunity.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    MK46 OSS / MK20 EOSS FY25 Spares
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking suppliers for the MK46 OSS / MK20 EOSS FY25 Spares. This procurement aims to acquire spare parts related to optical sighting and ranging equipment, which are critical for enhancing the operational capabilities of naval systems. The goods will be utilized in various defense applications, underscoring their importance in maintaining the readiness and effectiveness of military operations. Interested vendors can reach out to Ryan Brophy at ryan.p.brophy.civ@us.navy.mil or Jennifer Richie at jennifer.m.richie2.civ@us.navy.mil for further details, with the presolicitation notice indicating the opportunity is open for engagement.
    58--THERMAL IMAGING SYS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Thermal Imaging Systems. The contract will require compliance with various specifications, including MIL-STD packaging and government source inspection, and will be awarded on a firm-fixed-price basis. These systems are critical for military applications, enhancing capabilities in search, detection, navigation, and guidance. Interested vendors must submit their quotes electronically to Matthew B. Takach at MATTHEW.B.TAKACH.CIV@US.NAVY.MIL, ensuring they meet the outlined requirements and provide necessary documentation to demonstrate authorized distributor status. The procurement process emphasizes the importance of traceability and compliance with quality assurance standards.
    99--SUPPORT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a spare part from The Boeing Company. The specific requirement involves the acquisition of one unit of the aircraft support item with part number 74A734130-2011, which is critical for operational readiness, and is only available from the Original Equipment Manufacturer (OEM). This procurement is governed by the provisions of FAR Part 15, with a contract duration of one year, and is not set aside for small businesses. Interested parties must submit their capability statements to Jessica M. Gershenfeld at jessica.m.gershenfeld.civ@us.navy.mil within 15 days of this notice, with the solicitation expected to be issued on March 25, 2025, and proposals due by April 25, 2025.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    LTC Renewal to Oeco (02101)
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is initiating a sole-source solicitation for the renewal of a Long Term Contract (LTC) with Oeco (CAGE: 02101) for the repair and replacement of specific equipment. The procurement includes multiple National Item Identification Numbers (NIINs), specifically for a current regulator and an air generator set, with total repair requirements of 90 units priced at $7,600 each for the regulator and 300 units at $20,935 each for the generator set. This contract is crucial for maintaining operational efficiency and ensuring the availability of essential equipment, as Oeco is the sole source for these parts due to the government's lack of data rights for competitive bidding. Interested parties may submit capability statements via email to Tia Johnson at tia.johnson.civ@us.navy.mil within 45 days of publication, with the procurement process continuing regardless of Source Approval Request (SAR) approvals.