USCG Intent to Sole Source Mission Critical Crane Spares
ID: 70Z02324S93210003Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS), specifically the United States Coast Guard (USCG), seeks to procure a sole-source contract for a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. The contractor, Appleton Marine, Inc., is uniquely positioned to provide these cranes due to their proprietary design and production rights tailored specifically for NSC requirements. The procurement aims to enhance maintenance efficiency, allowing for quicker crane replacements which will significantly reduce the downtime of the cutters and increase their mission availability. The necessity for identical equipment stems from the-specific integration within the NSC's existing systems, rendering alternative suppliers unsuitable. Market research, including an RFI process, confirmed that only Appleton Marine can meet these specialized needs. Approval for this sole-source procurement is justified under 41 U.S.C. § 1901 and FAR Subpart 13.501 during fiscal year 2022. The associated costs have been evaluated for fairness based on historical data from prior procurements. This initiative underscores the government’s focus on maintaining operational readiness while ensuring compliance with procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Floating Crane Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Floating Crane Services at the Coast Guard Yard in Curtis Bay, Maryland. The procurement aims to secure a floating crane capable of lifting a minimum of 180 short tons for various docking operations, weight testing of government equipment, and relocation of vessels, with services expected to accommodate up to 15 single lifts and 8 multi-lift events annually. This opportunity is critical for maintaining operational efficiency at the Coast Guard Yard, ensuring compliance with safety and environmental regulations while facilitating essential maritime activities. Interested vendors must submit their capabilities and certifications by October 1, 2024, at 1:00 PM EST, to Carol L. Dreszer at Carol.L.Dreszer@uscg.mil, referencing notice number 70Z04024RFI62302Y00.
    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.
    USCG SBPL OTH LEVER, REMOTE CONTROL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    Welin Lambie Davits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.
    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).
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    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.
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.