USSOCOM PEO-M DCS Multi-terrain Maintenance Trolley AE
ID: 2024_DCS-Mnx_Trolley_AEType: Special Notice
Overview

Buyer

DEPT OF DEFENSE

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Oct 3, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 3, 2024, 12:00 AM UTC
  3. 3
    Due Nov 16, 2024, 4:59 AM UTC
Description

The Department of Defense, through USSOCOM PEO-Maritime (PEO-M), is seeking industry participation for the design and development of a multi-terrain maintenance trolley for the Dry Combat Submersible (DCS) program. The objective is to create a trolley that can operate effectively on rough and uneven terrain, providing maintenance and support capabilities similar to the existing OEM system, while being transportable by air, land, and sea. This initiative is crucial for ensuring operational readiness in diverse deployment environments. Interested parties must submit their capabilities by November 15, 2024, and can participate in a virtual Q&A session on October 29, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Juanita Bell at juanita.bell.ctr@socom.mil.

Point(s) of Contact
Ronald Reed, Contracting/Agreement Officer
(813) 460-6045
ronald.e.reed.civ@socom.mil
Juanita Bell, Contract/Agreement Specialist, CTR
(813) 826-7570
juanita.bell.ctr@socom.mil
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Non-standard Maritime Vessel
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking sources for the procurement of a Non-Standard Maritime Vessel, specifically an ocean-going trawler-styled motor yacht, to be utilized during an exercise in Nome, Alaska. The vessel must be a minimum of 25 meters in length, capable of berthing ten passengers, and equipped with station keeping or bow thrusters, an enclosed bridge, and facilities for storage and classification. This procurement is critical for ensuring operational readiness and support during the exercise scheduled from August 2 to August 15, 2025, with requirements for 24-hour accessibility to the vessel and pier space in Nome. Interested parties should contact TSgt Trenton Beavers at trenton.h.beavers.mil@socom.mil or call 719-723-6141 for further details.
MT7 ENGINE SUSTAINMENT PROGRAM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the MT7 Engine Sustainment Program, which involves developing and delivering a comprehensive Customer Support Plan for the Rolls-Royce MT7 Gas Turbine Engine. The primary objective is to establish logistics and engineering support for the MT7 engine, which is critical for the operation of the Landing Craft Air Cushion (LCAC) 100 Class craft, focusing on Organizational Level (O-Level) and Depot Level (D-Level) maintenance without Intermediate Level (I-Level) support. Interested parties are invited to submit capability statements by 5:00 PM EST on April 30, 2025, to the primary contact, Francis J. Brady, at francis.j.brady14.civ@us.navy.mil, as this opportunity is part of market research and does not constitute a formal solicitation.
FLATDECK TRAILER(S)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of two specialized Flatdeck Trailers designed to transport new compression chambers for dive operations and training. These trailers must meet specific requirements regarding size, weight, and safety features to ensure the secure transportation of sensitive equipment. The procurement is part of the Coast Guard's initiative to enhance operational capabilities, with the trailers to be delivered to the Regional Dive Locker East in Portsmouth, Virginia, and the Regional Dive Locker West in National City, California. Interested vendors must submit their offers by May 5, 2025, at 5:00 PM PST, and direct any inquiries to Terry E. Craft at terry.e.craft@uscg.mil.
Modified Handling Dolly, Multipurpose Aircraft Component
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a Modified Handling Dolly for the T-45 Aircraft Program. This procurement involves a Firm Fixed-Price contract for the Handling Dolly (P/N: 4140AS0100-1, NSN: 1730-01-668-9897), with specific modifications outlined in a drawing package that will be provided to interested vendors. The Handling Dolly is crucial for aircraft ground servicing, ensuring operational efficiency and safety. Interested parties must be registered in the System for Award Management (SAM) and submit their responses via email to Matthew VanDeventer by May 9, 2025, at 9:00 A.M. EDT, with content limited to ten pages.
Naval Special Warfare Trident Spectre 25
Buyer not available
The U.S. Naval Special Warfare Command is exploring innovative technologies for its annual Trident Spectre Exercise (Trident Spectre 25), a government initiative focused on multi-agency collaboration and integration of operations. This edition aims to assess critical innovations that facilitate Special Operations Forces' operations in maritime domains, with a specific interest in undersea data mesh networks. Technology providers are invited to submit their solutions electronically via the Vulcan platform between 1 August and 30 August 2024. This opportunity offers a unique window into the world of special operations technology and a chance for industry and academic leaders to influence future naval operations.
Commercial Solutions Opening (CSO) PEO-SDA
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
6150015001918 3NM RECOVERY VEHICLE, FU; X2M ASSAULT AMPHIBIOU S VEHICLE; X3M ASSAULT AMPHIBIOU S VEHICLE PERSONNEL; X4M ASSAULT AMPHIBIOU S VEHICLE RECOVERY; ZLA RECOVERY VEHICLE FU
Buyer not available
The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of various assault amphibious vehicles and recovery vehicles, specifically under NSN 6150-01-500-1918. The objective is to find capable organizations that can provide all necessary labor, materials, and equipment for the new manufacture of these items, which includes component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of military assets, and the results of this market research may lead to a contract that could be set aside for small businesses or open to full competition. Interested parties are invited to submit their capability statements by May 1, 2024, at 2:00 PM EST, via email to LaDonna Groven at LaDonna.Groven@dla.mil.
Light Capability Rough Terrain Forklift
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking information from potential suppliers regarding the procurement of the Light Capability Rough Terrain Forklift (LCRTF). The Army aims to acquire approximately 411 units over a period of four to six years, establishing Firm Fixed Price contracts for each period, with a focus on understanding the capabilities of Original Equipment Manufacturers (OEMs) and other sources to meet specific military requirements. The LCRTF is designed to efficiently handle up to 6,000 pounds of cargo in rugged terrains without the need for outriggers, emphasizing reliability, safety, and environmental resilience in extreme conditions. Interested parties should contact Matthew Moreton at matthew.r.moreton.civ@army.mil or Bobbi Brown at bobbi.r.brown4.civ@army.mil for further details, as participation in this Sources Sought Questionnaire is voluntary and responses will be treated as proprietary information.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.