Notice of Intent to Award Sole Source - SeaTrax Slew Gearbox
ID: W912ES24P0138Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing (333612)

PSC

TORQUE CONVERTERS AND SPEED CHANGERS (3010)
Timeline
    Description

    The U.S. Army Corps of Engineers - St. Paul District intends to award a sole source contract for the acquisition of one slew gearbox, part number 20221, specifically for a SeaTrax S9022 Lattice Boom Crane, to SeaTrax Inc. This procurement is justified under 41 U.S.C. 1901(a)(1) and FAR 13.106-1, as SeaTrax Inc. is the exclusive provider of the original equipment manufacturer (OEM) parts necessary for ensuring compatibility and optimal performance of the equipment. The contract action is critical for maintaining operational efficiency and reliability of the crane, and no competitive proposals or quotes will be solicited. Interested parties must submit written notifications to the Contracting Officer, John Riederer, by September 9, 2024, at 10:00 CDT, to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, St. Paul District, intends to award a sole source contract for one Slew Gearbox (part # 20221) for a SeaTrax S9022 Lattice Boom Crane to SeaTrax Inc. This action is justified under 41 U.S.C. 1901(a)(1) and FAR 13.106-1, as SeaTrax Inc. is the exclusive provider of the original equipment manufacturer (OEM) parts necessary for compatibility and performance. This notice serves to fulfill the requirement for publicizing the contract action, and it specifies that no competitive proposals or quotes are being solicited. Interested parties must submit written notifications to the Contracting Officer, John Riederer, within four days of publication (by September 9, 2024, at 10:00 CDT) to be considered. Notifications must include sufficient detail to demonstrate compliance with the necessary requirements. The decision to engage in competitive procurement is solely at the discretion of the government, based on the responses received.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCG Intent to Sole Source Mission Critical Crane Spares
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole-source contract to Appleton Marine, Inc. for the procurement of a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. This procurement is essential to enhance maintenance efficiency and reduce downtime, thereby increasing the mission availability of the cutters, as the cranes are uniquely designed to integrate with the NSC's existing systems. The decision to proceed with a sole-source contract is supported by market research confirming that only Appleton Marine can fulfill these specialized requirements, and the procurement is justified under relevant federal regulations. Interested vendors may contact Tiffany D. Thompson at tiffany.d.thompson@uscg.mil or 571-608-5288 for further information, although this notice does not constitute a solicitation for competitive offers.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    16-FMS REPAIR GEARBOX,INPUT MODUL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole-source repair of a gearbox, identified by NIIN 012894810 and part number 70351-38100-047. This procurement is critical as it involves specialized components necessary for helicopter rotor blades and drive mechanisms, which are vital for maintaining operational readiness in military aviation. The contract will be awarded under an established Basic Ordering Agreement (BOA), and interested parties must ensure they meet Government Source Approval requirements prior to submission, as detailed in the NAVSUP WSS Source Approval Brochure. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    16- foot Gooseneck Dump Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the supply and delivery of a 16-foot Gooseneck Dump Trailer for the Lac Qui Parle Project in Minnesota. The procurement requires the trailer to meet specific weight ratings, dimensions, materials, safety features, and delivery timelines, with a strong emphasis on participation from small businesses, particularly service-disabled veteran-owned businesses. This equipment is crucial for project execution, ensuring compliance with federal acquisition standards while facilitating necessary operations. Interested bidders must submit their quotes electronically by September 19, 2024, and can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    16 - FMS REPAIR - GEARBOX ACCESSORY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of a Gearbox Accessory, identified by NSN 7R 1615-015278175 and part number 70351-08001-050. This procurement is critical as the government lacks sufficient data to contract with any source other than the current one, emphasizing the importance of maintaining operational readiness for military aircraft. Interested contractors must ensure compliance with government source approval requirements and submit necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which can be accessed online. For inquiries, potential bidders should contact Dana L. Scott at dana.scott@navy.mil, with proposals due as specified in the solicitation documents.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Crash Crane Special Tool and Fire Extinguisher Mounting Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure special tools and a fire extinguisher mounting fixture for the Carrier Crash Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC). This procurement is necessary to support the maintenance of these cranes, which are critical for salvage operations, and the modifications are required to ensure safety by accommodating a fire extinguisher within the crane's cab. Allied System Company (ASC), the Original Equipment Manufacturer, is the only entity with the technical data and interface dimensions needed for this project, thus the government plans to award a modification under the authority of 10 U.S.C. 3204(a)(1). Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; responses will be considered solely for determining whether to conduct a competitive procurement. For further inquiries, interested parties can contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.