Notice of Intent to Sole Source KAron Liner F/A18 NLG Steering Collar
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers (332812)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Fleet Readiness Center Southwest, intends to award a sole source contract to Kamatics Corporation for the application and machining of the KAron liner profile configuration for the F/A-18EFG NLG Steering Collar. This procurement is necessary for off-site services related to a government-owned asset undergoing repair at Naval Air Station North Island, California, as Kamatics Corporation is the only approved vendor capable of applying the proprietary KAron coating, which meets specific military aviation specifications. Interested parties may submit a capability statement within three calendar days of this notice, although this is not a request for competitive quotes; the point of contact for this requirement is Kim Compton at kimberly.a.compton6.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    Structural Repair Manual (SRM) Phase II NRE
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Delivery Order for the procurement of structural repair methodology and damage limits for the CH-53K® Aircraft, with Sikorsky, A Lockheed Martin Company, as the sole provider. This procurement is critical as Sikorsky is the designer and sole producer of the CH-53K® aircraft, possessing the unique technical data and engineering support experience necessary to fulfill the U.S. Navy's requirements. The Government has determined that no other source can meet these needs due to the lack of adequate license rights to the required technical data package. Interested parties may express their interest and capability in writing to the designated contacts, Erin Conden and Kevin Ritter, via email, with no phone inquiries accepted.
    16--COLLAR,TORQUE,LANDI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure 10 units of a specific torque collar (NSN 7R-1620-016411038-QE, REF NR 74A430612-1009) for aircraft landing gear components. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. Interested parties are encouraged to express their interest and capability to meet the requirement, as the government intends to negotiate with only one source under FAR 6.302-1, with proposals due within 45 days of the notice publication. For further inquiries, interested vendors can contact Michael Kneble at (215) 737-5619 or via email at MICHAEL.KNEBLE@DLA.MIL.
    NIINs to N00383-22-G-ZL01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific gearbox assemblies from Bell Textron Inc on a sole source basis. The procurement involves the repair of various gearbox items, as detailed in the attached exhibit, which includes Main, Assembly, Intermediate, and Combing Gearboxes, with an estimated quantity of one unit for year five and zero units for the preceding years. This contract is critical for maintaining operational readiness and support for the Navy's aircraft systems. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this procurement is not a Total Small Business Set-Aside and will not be delayed for Source Approval Requests.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the Control Indicator, A, with part number 71902-21000-041 and NSN 7R 1680 015289926, specifically from Sikorsky. The procurement involves a quantity of four units, and due to the lack of available drawings or data, the government does not possess the rights to purchase this part from other sources, necessitating a sole source approach under 10 U.S.C. 3204(a)(1). This repair is critical for maintaining operational capabilities, and interested parties must submit their capability statements or proposals within 45 days of this notice to be considered, with all communications directed to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil.
    Sole Source Shaft Seal Overhaul Kits
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    ABRASIVE KIT
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting quotes for a sole source requirement for CURTISS-WRIGHT ABRASIVE SEPARATOR KITS, intended for delivery to Yokosuka, Japan. This procurement has transitioned from a brand name requirement to a sole source basis, necessitating that interested vendors provide documentation proving they are authorized distributors of the specified kits. The kits are critical for operational maintenance and support within the Navy's logistics framework. Quotes are due by December 15, 2025, at 10:00 a.m. Pacific Standard Time, and interested parties should contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil for further information.
    PAM,AIRCRAFT MATERI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking procurement for seven units of aircraft material, identified by part number 136K300G02 and National Stock Number (NSN) 1680015817867. This solicitation, designated as N0038326RM050, outlines stringent requirements for configuration management, packaging, marking, and delivery, ensuring compliance with various military standards and quality management systems. The materials are likely intended for Foreign Military Sales (FMS) repair, emphasizing their critical role in maintaining operational readiness. Interested vendors should contact Karli Collins at 215-697-4067 or via email at karli.collins@navy.mil for further details and to ensure compliance with the outlined specifications.