Intent to Sole Source Urgent & Compelling Services to operate and maintain Metro Energy Generation System (MEGS)
ID: N6247325P3803Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Computer Systems Design Services (541512)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through NAVFAC Southwest, intends to award a sole-source contract to Energy Technology and Service, Inc. (ETS) for the operation and maintenance of the Metro Energy Generation System (MEGS) at the Navy Medical Center San Diego (NMCSD). This contract, valued at $309,000 and justified under FAR regulations for unusual and compelling urgency, is critical to ensuring uninterrupted utility services for this 24/7 medical facility, which supports essential care areas and life-support systems. ETS, as the incumbent contractor with specialized knowledge of the MEGS and its associated SCADA system, is uniquely positioned to fulfill this urgent requirement without delay. Interested parties may contact Anthony Dorrah or Benjamin Jenkins via email for further information, with the anticipated award date set for September 20, 2025, and a performance period of approximately 180 days.

    Point(s) of Contact
    Files
    Title
    Posted
    NAVFAC Southwest seeks to award a sole-source, six-month contract worth $309,000 to Energy Technology and Service, Inc. (ETS) for the operation and maintenance of the Metro Energy Generation System (MEGS) at Navy Medical Center San Diego (NMCSD). This action, justified under 10 USC § 3204 (a)(2) and FAR 6.302-2 for unusual and compelling urgency, is necessary because NMCSD is a 24/7 critical medical facility requiring uninterrupted utilities. ETS is the incumbent contractor with unique knowledge of the MEGS, an Iconics SCADA system, making them the only immediate solution to prevent serious injury to the Government due to potential service disruption. A limited market survey confirmed no other vendor could meet the urgent requirements without significant delay. This is a one-time contract to ensure continuity of service while NAVFAC plans for future full and open competition.
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    EMALS Development ECP-I-EMALS-0059 EMALS Catapult Status Dashboard (CSD) and ECP-I-EMALS-0060 EMALS Maintenance Laptop
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations for a contract with General Atomics (GA) to procure Engineering Change Proposals (ECPs) for the Electromagnetic Aircraft Launch System (EMALS). This contract will specifically focus on the development of the EMALS Catapult Status Dashboard (CSD) and the EMALS Maintenance Laptop, which are essential for maintaining system availability objectives on Ford Class Carriers. The awarded contract will facilitate necessary Non-Recurring Engineering (NRE), procedure validation, and software/hardware testing associated with these ECPs, which have already been fielded on CVN 78. The anticipated award date is May 2026, with performance extending through December 30, 2029. Interested parties can reach out to Tyler Rowe or Margo O'Rear for further information, and subcontracting inquiries should be directed to Zach Baur at General Atomics.
    Notice of Intent to Sole Source - Manufacture of Manual Bus Transfer Unit
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract for the manufacture of a Manual Bus Transfer (MBT) Unit to ESL Power System, Inc. This procurement involves the delivery of one MBT Unit (Part Number 5200-97B) and two Pad Lockable Cam Covers, with specific technical requirements including output breaker trip settings. The MBT Unit is crucial for electrical systems in naval operations, ensuring reliable power transfer and safety. Interested small businesses may submit capability statements by January 5, 2026, to be considered for future opportunities, with primary contacts being Andrea Cook and Stephanie Neale, reachable via their provided emails and phone numbers.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    J065--PMR GE ASSUREPOINT MUSE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified Small Businesses, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), to provide planned maintenance and intervening services for PMR GE ASSUREPOINT MUSE equipment at the Jennifer Moreno VA Medical Center in San Diego, CA. The procurement requires vendors to perform at least one on-site or remote planned maintenance inspection, provide hardware parts and software updates, ensure 24/7 telephone support, and respond to on-site service calls within five business days. This opportunity is crucial for maintaining the operational efficiency of medical equipment, ensuring compliance with manufacturer specifications, and enhancing patient care. Interested vendors must submit a capability statement detailing their qualifications, including company information, DUNS, Cage Code, and Tax ID, to the primary contact, Jasmon Cornick, at jasmon.cornick@va.gov by the specified deadline.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Extend POP only
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is seeking to extend the period of performance for contract N6247318D0202. The extension will prolong the contract from April 9, 2023, to October 9, 2023, allowing for continued services related to architect and engineering functions. This contract is crucial for maintaining ongoing projects and ensuring that necessary engineering services are uninterrupted. Interested parties can reach out to Eunjew Dame at eunjew.dame.civ@us.navy.mil or call 619-705-5477 for further details regarding this opportunity.