Notice of Intent - Sole Source - Sensor Repair
ID: N0016725Q1053Type: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure sole-source repair and refurbishment services for an ITC 8292 High Frequency Line Array (HFLA) acoustic sensor from Gavial Engineering & Manufacturing, Inc. The procurement involves replacing degraded printed circuit boards (PCBs) and conducting acoustic testing post-installation to ensure operational efficiency of critical naval equipment. This initiative underscores the necessity of maintaining compatibility with existing measurement systems, as alternative sourcing would require significant modifications. Interested parties must submit their capabilities statements, including pricing and contact information, by May 20, 2025, with all inquiries directed to Steven Besanko at steven.besanko@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a solicitation for the sole-source repair and refurbishment of an ITC 8292 High Frequency Line Array (HFLA) acoustic sensor, which involves replacing all degraded printed circuit boards (PCBs). The procurement, designated under NAICS code 334511, will be executed with Gavial Engineering & Manufacturing, Inc. General specifications outline the removal and disposal of current PCBs, acquisition of replacements, and acoustic testing post-installation. The contract requires the contractor to perform work at their site, with the Government handling transportation of the unit to and from the contractor's facility. Responses to the solicitation are due by May 20, 2025, and must include detailed capabilities, pricing, and contact information. All communications regarding this solicitation should be directed to Steven Besanko, the point of contact. This initiative reflects NSPCCD’s commitment to maintaining operational efficiency through up-to-date equipment, ensuring contract compliance and readiness of critical acoustic sensors used in naval operations.
    The document serves as a justification memo for a sole-source non-competitive procurement related to the repair and refurbishment of the ITC 8292 sensor by Gavial Engineering & Manufacturing, Inc. Under the Federal Acquisition Regulation (FAR) 13.106, the Naval Surface Warfare Center, Carderock (NSWCCD) asserts that the unique nature of the sensor, originally manufactured by Gavial, necessitates this procurement method due to proprietary rights and the sensor's compatibility with existing measurement systems. The memo specifies that any alternative sourcing would require substantial modifications or replacements of current systems, therefore underscoring the necessity of contracting with Gavial to maintain operational efficiency. The document adheres to FAR guidelines on restricted source procurement, confirming the absence of competition based on proprietary limitations and the OEM’s exclusive right to supply the required product.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of circuit card assemblies, identified by NSN 7H-5998-013864016, with a quantity of 30 units required for delivery to DLA Distribution in New Cumberland, PA. This procurement necessitates engineering source approval to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for the manufacturing and repair processes. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure two circuit card assemblies under a presolicitation notice. The procurement involves the repair and modification of a specific part identified by NSN 7H-5998-015064159, with the government indicating that it does not own the necessary data or rights to purchase or contract repair from alternative sources, making reverse engineering uneconomical. This procurement is critical for maintaining operational capabilities, and interested parties are encouraged to express their interest and capability to meet the requirement within 15 days of this notice. For further inquiries, interested vendors can contact Derek Ford at (717) 605-4385 or via email at DEREK.J.FORD@NAVY.MIL.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.