N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
ID: N66001-24-Q-6412Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Satellite Telecommunications (517410)

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (7)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.

    Point(s) of Contact
    Corbin WaltersContract Specialist
    (619) 553-4741
    corbin.c.walters.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Waterborne Trade & Deep-Draft Vessel Service Data & Info Incorporating Geographic\AIS Tracking of Vessel Movements for Waterborne Transport Services Serving the US to Inform Economic & Engineering Evaluations of Waterways Under USACE Stewardship
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a contract to provide comprehensive waterborne trade and deep-draft vessel service data, which will incorporate geographic and Automatic Identification System (AIS) tracking of vessel movements. The objective is to support economic and engineering evaluations of federally-sponsored waterway systems critical to U.S. trade, requiring real-time or near-real-time tracking, detailed historical data, and specifications of various vessels and port facilities. This initiative is vital for enhancing navigation systems and improving maritime infrastructure, thereby supporting the nation's economic interests. Proposals are due by September 25, 2023, and must be submitted electronically; for further inquiries, interested parties can contact David A. Kaplan at david.a.kaplan@usace.army.mil or Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    (1)ea Computer, CSD p/n CM-018305-005 and (1)ea F2N017-06INCH AT to PS/s Adapter. Manufacturer/OEM: Harris Corporation
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a Brand Name Sole Source contract to Harris Corporation for the procurement of a computer and an adapter in support of USS Comstock LSD 45. The computer includes various components such as rear support, middle support, front support, handle, and a data backup kit. The contract requires delivery of all items and will be awarded using Simplified Acquisition Procedures. Interested parties can submit product information by the specified deadline.