Sole Source to Kongsberg Underwater Technology LLC for AML Upgrade Kit
ID: N6133124TJK55Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

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

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Panama City Division (NSWC PCD), intends to award a sole source contract to Kongsberg Underwater Technology LLC for the procurement of an AML Upgrade Kit. This upgrade kit is essential for maintaining compatibility and functionality with existing equipment, as Kongsberg is the Original Equipment Manufacturer (OEM) and possesses proprietary knowledge critical for this procurement. The contract, valued at over $25,000, will utilize simplified acquisition procedures to ensure efficient acquisition aligned with operational requirements. Interested parties can contact Jamell Kilgore at jamell.kilgore@navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines extensive contract clauses and instructions pertinent to government contracts, specifically managed by NAVSEA. It specifies delivery terms (FOB Destination vs. Origin), electronic payment protocols (WAWF), and a range of compliance requirements related to federal transactions and defense contracting. Key clauses address limitations on contractor payments, prohibitions on certain telecommunications services, and mandates for combating human trafficking and safeguarding sensitive information. The document emphasizes the requirement for contractors to segregate costs effectively for invoicing, mandating detailed records for service inspections and automated submission of payment requests. Additionally, it outlines the relationship between the contracting officer and subcontractors, detailing roles and the protocol for contacting personnel involved in contract administration. Moreover, it conveys information on holiday schedules, operational hours, and the conditions under which deliveries are to be made, highlighting the importance of adherence to government policies. The contract administration points of contact are provided, ensuring clear communication channels throughout the contract's duration. Overall, this document establishes comprehensive guidelines and compliance expectations critical for federal contractors and their operations within government frameworks.
    The memorandum serves as a sole source justification for a contract with Kongsberg Underwater Technology, LLC (KUTL), initiated by the Naval Surface Warfare Center Panama City Division (NSWC PCD). The contract involves the procurement of an AML Upgrade Kit, including various specific components necessary for operational needs, with an estimated value exceeding $25,000. The justification cites KUTL as the only responsible source due to its status as the Original Equipment Manufacturer (OEM), possessing proprietary knowledge vital for compatibility and functionality. Alternatives would require extensive modifications and testing, potentially leading to delays and additional costs. The Contracting Officer asserts that this procurement method best aligns with government interests in terms of value and cost efficiency. The requirement will be publicized, reflecting its significance in fulfilling agency needs while confirming KUTL as the sole source capable of meeting these specifications without unnecessary complications. Overall, the document emphasizes the necessity for efficient acquisition aligned with operational requirements and budget considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    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.
    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.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    5865 - PROCESSOR GROUP
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair of two units of the K310A106-60 Processor Group, designated under NSN 7R5865014437566, specifically for Foreign Military Sales to Denmark. The repair work is sole source to BAE Systems, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities; however, all responsible sources are invited to submit capability statements or proposals for consideration. The items are critical for electronic countermeasures and require government source approval prior to contract award, with a submission deadline of 45 days from the publication of this notice. Interested parties should direct inquiries and submissions to Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    Keyence XM 5000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the procurement of a Keyence Handheld Probe Coordinate Measuring Machine XM-5000. This advanced measuring machine is required to enhance the in-house measurement capabilities for the NAVAIR Guns Medium Caliber Lab, which evaluates 20mm and 25mm aircraft gun systems, addressing the inadequacies of traditional measurement tools that often lead to costly outsourcing. The urgency of this procurement is underscored by a desired delivery date of July 1, 2024, to ensure compliance with technical data packages for gun components, with interested vendors required to submit their capabilities by September 24, 2024, to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil.
    MODULATOR,SONAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing sonar modulators. This procurement focuses exclusively on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not typically owned by the government. The sonar modulators are critical components used in underwater sound equipment, emphasizing the importance of maintaining operational readiness for naval operations. Interested vendors must submit their offers, including a statement of data access and compliance with various quality and packaging standards, by the specified deadline, and can direct inquiries to Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil.