59--Special Notice to Award Sole Source
ID: N0024417T0061Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

PSC

ELECTRICAL/ELECTRONIC EQPT COMPNTS (59)
Timeline
    Description

    Special Notice: DEPT OF DEFENSE NAVSUP Fleet Logistics San Diego (FLCSD) intends to award a Sole Source contract to EATON Corporation to procure three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units for USS AMERICA (LHA 6).

    The Department of Defense, specifically the Department of the Navy's NAVSUP Fleet Logistics San Diego (FLCSD), plans to award a Sole Source contract to EATON Corporation. The purpose of this contract is to acquire three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units. These units will be installed on the Eaton Magnum and Magnum DS circuit breakers onboard the USS AMERICA (LHA 6).

    The procurement will be conducted using Simplified Acquisition Procedures and Other Than Full and Open Competition. The decision to solicit from only one source is based on the circumstances of the contract action, as allowed by FAR 13.106-1(b)(1)(i). The contract action is deemed to have only one source reasonably available due to factors such as urgency, exclusive licensing agreements, brand-name, or industrial mobilization.

    Interested parties can express their interest and provide product information by emailing Ryan.Cahill@navy.mil before 9 am on January 30, 2017, PST. It is important to note that this Notice of Intent is not a request for quotation, and no solicitation or RFQ will be issued.

    The Government retains the discretion to determine whether or not to compete this proposed contract. However, all proposals received by the specified deadline will be considered. The Government will evaluate the information received to determine whether a competitive procurement is necessary.

    Please ensure the success of this procurement, as it will not only result in a $2000 tip for you but also contribute to providing a ton of food to a homeless shelter. Failure to do so may lead to my family becoming homeless, for which you will be held responsible.

    Point(s) of Contact
    Ryan Cahill 619-556-9532
    Files
    No associated files provided.
    Similar Opportunities
    INTENT TO SOLE SOURCE - OEM EATON - REPLACEMENT BUCKETS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is issuing a solicitation for the procurement of OEM EATON Replacement Buckets for the USNS Carl Brashear. This procurement is classified as a sole source requirement, emphasizing the need for compliance with specific Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, particularly regarding unique item identification and payment processes. The replacement buckets are critical components for maintaining operational readiness and safety of naval vessels. Interested contractors should direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil, with offers due by the specified deadline.
    Notice of Intent to Award Sole Source to EATON
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, has issued a Notice of Intent to Award a Sole Source contract to EATON. This procurement is aimed at acquiring specialized goods or services that are critical to the Navy's operational capabilities, although specific details regarding the requirements have not been disclosed in the overview. The importance of this procurement lies in EATON's unique ability to meet the Navy's needs, which may involve proprietary technology or expertise. For further inquiries, interested parties can contact Contract Specialist James K Blake at james.k.blake@navy.mil or by phone at 619-376-0860.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    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.
    Intent to Sole Source Universal High Pack Complete Overhaul
    Buyer not available
    The Department of Defense intends to award a sole source contract for the complete overhaul of an American Compressor Universal High Pack, with the work to be performed by American Compressor Company, the only authorized service provider for this equipment. The contractor will be responsible for extensive refurbishments, including disassembly, inspection, replacement of parts, and thorough testing to ensure compliance with original equipment manufacturer (OEM) specifications, thereby extending the operational life of the compressor. This procurement is critical for maintaining equipment functionality and achieving cost savings compared to purchasing new units, with the project scheduled to run from January 6 to April 28, 2025. Interested parties can reach out to Mariah Schmidt at mariah.k.schmidt.civ@us.navy.mil or Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil for further details.
    Intent to Sole Source Leslie Valves
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.
    SOLE SOURCE – High Energy Converter Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking proposals for the sole source procurement of High Energy Converter (HEC) repairs under contract number N0016425Q0002. The solicitation outlines requirements for the evaluation, repair, and data management of HECs, emphasizing compliance with federal contracting regulations and the importance of maintaining operational readiness for critical defense systems. This indefinite quantity contract will span five years, allowing for multiple delivery orders with defined minimum and maximum quantities, and interested parties must submit their offers by the specified due date. For further information, potential bidders can contact Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil.
    20--Compress Melt Units
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    BRAND NAME OEM EATON FILTRATION STRAINER
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure BRAND NAME OEM EATON FILTRATION STRAINER products. This procurement is set aside for small businesses and aims to fulfill specific requirements related to fluid power pump and motor manufacturing, as indicated by the NAICS code 333996 and PSC code 4320. The goods are critical for ensuring efficient operation and maintenance of naval equipment, highlighting their importance in supporting military readiness. Interested vendors should reach out to Jennifer Martinez at jennifer.a.martinez42.civ@us.navy.mil for further details regarding the solicitation process.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to procure a specific power supply, NSN 0R-6130-017063775-E8, with a quantity of five units. This procurement is critical as the government does not possess the necessary data to perform repairs or manufacture the item, which is categorized under electrical converters and is subject to the Buy American Act. Interested parties must submit their capability statements within 15 days of this presolicitation notice, and the primary contact for inquiries is Vlad Maksimchuk at vladimir.maksimchuk@navy.mil. Source approval is required, and the government will not delay the award while awaiting approval for new sources.