Notice of intent - Sole source - Deep Water Titanium Housings
ID: N0061725Q0073Type: Special Notice
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

MARINE HARDWARE AND HULL ITEMS (2040)

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), intends to procure deep water titanium housings on a sole-source basis from DEVELOGIC GmbH for the Deep Effector Test project. The procurement requires six titanium housings designed to withstand submerged pressures of at least 6,000 psi, with specific cylindrical dimensions and made from grade 5 titanium, ensuring consistency and reliability for ongoing dynamic testing. This acquisition is crucial for maintaining operational efficiency in defense capabilities, as the titanium housings have been previously utilized in related testing, and DEVELOGIC is the only vendor capable of supplying these proprietary items. Interested vendors may submit a capabilities statement by February 25, 2025, and should direct inquiries to Steven Besanko at steven.besanko@navy.mil or call 301-312-3357 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) seeks to procure deep water titanium housings for testing within the Deep Effector Test project, soliciting on a sole-source basis from DEVELOGIC GmbH, the proprietary vendor. The requirement includes six housings capable of withstanding submerged pressures of at least 6,000 psi, cylindrical in shape and made of grade 5 titanium, with specific dimensions for length and radius. The NSWCCD plans to award a firm fixed-price purchase order using simplified acquisition procedures. Interested vendors may submit a capabilities statement by February 25, 2025, while the government's decision to pursue competition remains discretionary. The document outlines inspection, delivery protocols, and relevant clauses for compliance, emphasizing the importance of safety and material integrity in underwater conditions. This action signifies the government's strategy to meet specialized testing needs effectively through pre-identified suppliers, demonstrating an adherence to regulatory frameworks while aiming for operational efficiency in defense-related capabilities.
    The memorandum outlines a Sole Source/Brand Name Justification for acquiring six standard deep water titanium housings from DEVELOGIC GmbH for deep sea dynamic testing, as per federal regulations governing simplified acquisitions under the Simplified Acquisition Threshold (SAT). The primary purpose is to explain the rationale behind eliminating competitive bidding, as the required items can only be sourced from DEVELOGIC due to proprietary rights and exclusive licensing agreements. The memorandum states that these titanium housings have been previously used in related testing, making it essential to maintain consistency in equipment. As such, the sole sourcing conforms to FAR guidelines, which allow for non-competitive procurement in cases where only one source can meet the requirement. The detailed specifications for the titanium housings are provided, along with the manufacturer's information, underscoring compliance with federal procurement policies to ensure efficiency and quality in ongoing testing operations. This document reflects a systematic approach to government procurements, ensuring accountability and adherence to established procedures while justifying the need for a sole source acquisition.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of up to 195 metric tons of titanium ingots, specifically Titanium Commercially Pure 2 (Ti CP-2) and Ti 6-6-2, through Solicitation SP8000-25-Q-0002. The procurement requires adherence to stringent specifications, including chemical composition, packaging standards, and the provision of Certificates of Analysis (COA) for each ingot, with independent third-party testing mandated to ensure compliance with quality standards. These titanium materials are critical for various applications, particularly in the aerospace and defense sectors, necessitating high-quality procurement practices. Interested vendors must submit their proposals by 3:00 PM EST on March 6, 2025, and can direct inquiries to Carrie Powers at carrie.powers@dla.mil or Alicia Barrowman at alicia.barrowman@dla.mil for further information.
    20--CYLINDER,DUPLEX, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a duplex stainless steel cylinder, part number 556-7107927-46, essential for the SSN 774 Class Hydraulic Accumulator. The procurement requires that the repair be conducted in accordance with specific technical documents and standards, with a focus on restoring the item to a serviceable condition while adhering to strict quality assurance and packaging requirements. This cylinder is critical for submarine operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes to Steve Smithey via email by February 28, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
    Hahn & Clay Pressure Tank Lid Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank under RFQ N66604-25-Q-0052. The procurement aims to restore the tank's pressure capability of 4000 PSI, requiring compliance with the National Board Inspection Code (NBIC) and ASME standards, particularly addressing a broken seal on the tank lid. This pressure tank is critical for conducting environmental qualification testing for the Navy, emphasizing the importance of maintaining operational safety and performance standards. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
    16--PISTON TUBE ASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Piston Tube Assembly, identified by NSN 7R-1680-015177573-V2 and reference number 901-036-136-105. This procurement is critical as it pertains to miscellaneous aircraft accessories and components, which are essential for maintaining operational readiness and support for naval aviation. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, potential vendors can contact Shannon Harbaugh at (215) 697-4959 or via email at SHANNON.T.HARBAUGH.CIV@US.NAVY.MIL.
    16--CYLINDER ASSEMBLY,A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the procurement of five units of the Cylinder Assembly, NSN 7R-1650-014551415-QE. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources are solicited unless a potential offeror can demonstrate compliance with established standards for source approval. The contract is intended for supplies that are essential for maintaining the quality of the part, and interested parties must submit their proposals along with the required documentation as outlined in the NAVSUP WSS Source Approval Information Brochure. For inquiries, Chad M. Fichter can be contacted at (215) 697-2782 or via email at CHAD.FICHTER@NAVY.MIL.
    Propulsor Demonstration Hardware (PDH) Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is seeking proposals for the Propulsor Demonstration Hardware (PDH) Follow-On project. This solicitation aims to procure advanced hardware solutions that will enhance the capabilities of naval propulsion systems, which are critical for maintaining operational readiness and technological superiority in maritime defense. The project is expected to contribute significantly to national defense research and development activities, particularly in the shipbuilding and repairing sector. Interested vendors can reach out to Carlos Triay at carlos.triay@navy.mil or by phone at 954-926-5653, or Charles Renno at charles.l.renno.civ@us.navy.mil, 954-408-5391 for further details.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.
    16--BALLSCREW ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure five units of the BALLSCREW ASSEMBLY, identified by NSN 7R-1680-016047407-V2, from the sole source, TRIUMPH GEAR SYSTEMS INC. This procurement is critical as the BALLSCREW ASSEMBLY is a specialized component necessary for various aircraft systems, and the government does not possess the data or rights to source this item from alternative suppliers. Interested parties have 15 days to express their capabilities to the contracting officer, with proposals accepted until 45 days after the notice, and the anticipated award date is set for April 2025. For further inquiries, interested vendors may contact Elise M. Anzini at elise.anzini@navy.mil or by phone at (215) 697-3967.
    59--ELECTRON TUBE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 11 units of an electron tube, identified by NSN 7H-5960-009066087. The procurement is limited to specific sources as defined by source control or selected item drawings, due to the unavailability of suitable technical data or manufacturing knowledge for alternative sources. This electron tube is critical for defense applications, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, with proposals due within 45 days of the notice publication. Interested parties can contact Darian Holley at (717) 605-1339 or via email at darian.holley@navy.mil for further information.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the machining of nickel aluminum bronze (NAB) parts for the VIRGINIA Class propulsor system. The procurement involves the fabrication of various NAB components using Government Furnished Materials (GFM), adhering to specified ASTM standards and technical drawings, with a focus on maintaining rigorous quality metrics throughout the manufacturing process. This contract is crucial for ensuring the operational readiness and reliability of naval propulsion systems, with a performance period extending until February 2027. Interested small businesses must submit their quotes by March 3, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil, with a maximum employee limit of 550 under NAICS code 339999.