PIER/RAIL Repair Kits - J&A Redaction
ID: W56HZV-22-C-L040Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

PSC

HARDWARE, COMMERCIAL (5340)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further information.

    Files
    Title
    Posted
    The US Army Contracting Command – Detroit Arsenal (ACC-DTA) plans to award a sole-source, firm-fixed-price contract to Edwards Design and Fabrication Incorporated (EDFI) for up to 130 sets of expedient pier repair and off-loading ramp kits. This $10.3 million, five-year contract, funded by FY2022 and FY2023 RDT&E and OPA funds, supports United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM) operational needs. EDFI has been the sole source for these kits since 2016, developing modifications that enhance constructability and adaptability. The justification for a sole-source award, under FAR 6.302-1, is due to EDFI's unique expertise, proprietary manufacturing processes, and the significant delays (up to 30 months) and cost duplication that would result from qualifying another source. Market research confirmed EDFI as the only capable vendor. The government lacks a complete technical data package for competitive bidding. Efforts to increase future competition are ongoing through market surveys and industry engagements.
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    REPAIR KIT, PIPE, EMERGENCY DAMAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking procurement for a repair kit designed for emergency damage to pipes. This opportunity involves a justification for other than full and open competition, specifically related to project CM22201002, with the solicitation number SPE7MX23R0040 and the awarded contract number SPE7MX23D0061. The repair kit is crucial for maintaining operational readiness and ensuring the integrity of lubrication and railing fittings, categorized under the PSC code 4730. Interested parties can reach out to Lester Mitchell at DSN 312-850-6891 or via email at Lester.Mitchell@dla.mil for further details regarding this procurement opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from potential vendors regarding the production of ADR Vehicular Equipment Kits. These kits are intended to include comprehensive repair tools, safety gear, replacement parts for various vehicle types, instruction manuals, and compliance materials necessary for European Union regulations. This procurement is crucial for ensuring the operational readiness and safety of military vehicles, with responses due by December 15, 2025, at 2:00 PM EST. Interested parties should contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil for further details and to submit their capabilities and qualifications.
    ED Diagnostic Unit
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of ED Diagnostic Units, specifically NSN: 2350-99-838-2125, with a total quantity of 12 units and an option for an additional 12 units. This procurement is a total small business set-aside, emphasizing the need for military-level packaging and compliance with specific delivery schedules, including origin inspection and acceptance. The ED Diagnostic Units are critical components for military armored vehicles, underscoring their importance in maintaining operational readiness. Proposals are due by December 8, 2025, and must be submitted via email to Contract Specialist Christa Langohr at christa.langohr@dla.mil, with further details available in the solicitation document.
    Intent to Sole Source -Repair of Spare EDG Governors
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract to Drake Controls-West, LLC for the repair of two Emergency Diesel Generator (EDG) Governors. This procurement is critical as it involves the overhaul and restoration of the governors to Original Equipment Manufacturer (OEM) specifications, ensuring operational readiness for Nimitz-class carriers, with no alternative vendors authorized to perform these specialized services. The contract is set to run from December 22, 2025, to February 24, 2026, and interested parties must submit their capability documentation by December 10, 2025, to the designated contacts, Emily Hamilton and Brian Fergus, via email.
    25--PAD ASSEMBLY, OUTRIGGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Pad Assembly, Outrigger, identified by NSN 2590014611648. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is expected to result in approximately three orders per year, with a guaranteed minimum quantity of one. This procurement is crucial for maintaining military armored vehicles and their components, ensuring operational readiness and support for various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Assembly, Elevation Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified vendors for the production of the "Assembly, Elevation Bar" (NSN 1260-01-591-9280, Part No. 13046624), which is a component of the M205 system. This opportunity is part of a potential two-year Firm-Fixed Price contract, with the government looking for both small and large businesses capable of fulfilling this requirement, including the provision of a technical data package (TDP) that is export-controlled. Interested parties are encouraged to respond to a voluntary survey detailing their manufacturing capabilities, lead times, and quality management systems, with submissions due by December 12, 2025, at 1:00 P.M. EST, directed to Richard Hall via email at Richard.G.Hall64.civ@army.mil. This notice serves for planning purposes only and does not constitute a request for proposals or a commitment to contract.
    Army Enterprise Service Management Platform (AESMP) System Engineering and Technical Assistance (SETA) Support Bridge
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command of Rock Island, is awarding a firm fixed price sole source contract to OBXTEK for continued support of the Army Enterprise Service Management Platform (AESMP) through System Engineering and Technical Assistance (SETA). This procurement aims to ensure ongoing technical support and management for the AESMP, which is critical for the Army's operational efficiency and service management capabilities. The justification for this sole source contract is detailed in the attached Justification and Approval (J&A) document, which outlines the rationale for not pursuing competitive bidding for this bridge action. For further inquiries, interested parties can contact Alex Hatlestad at alex.j.hatlestad.civ@army.mil.