LIFE RAFT,INFLATABL
ID: N0038322Y677Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

PSC

MARINE LIFESAVING AND DIVING EQUIPMENT (4220)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIFE RAFT,INFLATABL for marine lifesaving and diving equipment. The procurement is a five-year Requirements Long Term Contract (LTC) for H-53 components to be awarded to PATTEN CO., INC. in Stratford, Connecticut. The contractor will be responsible for stock, warehouse, repair, modify, overhaul, strip and rebuild, remanufacture and/or replace, store and provide for shipment Ready-for-Issue (RFI) condition assets within negotiated supply RTAT. The maximum period of performance for this effort will not exceed 5 years. The justification for sole source acquisition is based on the statutory authority applicable to permit other than full and open competition. Sikorsky, the Original Equipment Manufacturer (OEM), is the only source with the necessary engineering expertise, technical data, and intellectual property to perform the required tasks. The procurement is subject to the Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement and Free Trade Agreements. All responsible sources may submit a capability statement, proposal, or quotation for consideration. For any questions, contact the PCO, Shamus Roache, at Shamus.Roache@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    LIFE RAFT,INFLATABL
    Currently viewing
    Presolicitation
    Similar Opportunities
    Market Research RFI ONLY- Shipboard Life Rafts Hardware Items
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Pearl Harbor, is conducting a Request for Information (RFI) to gather market research regarding hardware items needed for shipboard life rafts located in San Diego, California. The procurement aims to identify vendors capable of supplying specific hardware items necessary for the repair of the life raft system, as detailed in the attached document. These items are critical for maintaining the operational readiness and safety of naval vessels. Interested vendors are encouraged to respond by April 29, 2024, providing details about their ability to supply the items, small business status under NAICS 336611, estimated delivery times, and their SAM Cage Code or UEI, with responses directed to Kevin Young at kevin.g.young8.civ@us.navy.mil.
    Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking to award a contract for the maintenance, repair, parts, and training of Wing Inflatables, Inc. Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, issuing Firm Fixed Price (FFP) task orders exclusively to Wing Inflatables, Inc., as this is a sole source acquisition justified under simplified acquisition procedures. The CRRCs are critical for various military operations, and the contract will adhere to the NAICS code 336612, with a size standard of 1,000 employees. Interested parties can reach out to Kelly L. McNeill at kelly.mcneill@socom.mil for further information, although this notice does not constitute a Request for Quotation (RFQ) or an obligation on the part of the Government.
    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.
    42--LIFE PRESERVER,VEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of life preservers, specifically vests, under solicitation number NSN 4220017058648. The requirement includes a quantity of 118 units to be delivered to DLA Distribution within 166 days after the order is placed, with the approved source being 78673 S-4570-1. These life preservers are critical for ensuring safety in various operational environments, highlighting their importance in military and rescue operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    15--TANK,FUEL,AIRCRAFT
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure a sole-source contract for a fuel tank for aircraft, specifically for the MARK III Helicopters (SH-60B). The procurement involves one unit of NSN 1R-1560-011677486-VH, with delivery terms set to FOB Origin, and is intended to be awarded to the Original Equipment Manufacturer (OEM) or approved non-prime sources, as no drawings or data are available for alternative suppliers. This procurement is critical for maintaining the operational capabilities of the specified helicopters, and interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on March 6, 2025, and closing on April 19, 2025. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
    INTENT TO SOLE SOURCE, OEM BAYOU METAL SUPPLY & MANUFACTURING- SEA CHESTS
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is initiating a sole source procurement for OEM Sea Chests from Bayou Metal Supply & Manufacturing. This firm fixed-price supply contract aims to support the Military Sealift Command by providing essential marine equipment, which plays a critical role in the operation and maintenance of naval vessels. The solicitation is expected to be posted around April 24, 2025, with proposals due by May 1, 2025, at 10 AM PDT. Interested parties should direct inquiries to Vicktoria Wright at Vicktoria.E.Wright.CIV@US.NAVY.MIL and ensure they are registered in the System for Awards Management (SAM) to participate in this procurement.
    20--BLADDER,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a boat bladder, specifically NSN 2090016503120. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Diego within 157 days after the order is placed, with the approved source being 60042 SM111010T. This procurement is crucial for maintaining operational readiness and support for marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Procurement of Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various aircraft parts and auxiliary equipment under solicitation number 70Z03825RJ0000003. This opportunity involves a sole source contract for new manufactured items from the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, with a focus on ensuring all parts meet Federal Aviation Administration (FAA) safety standards and have clear traceability. The contract is anticipated to be an Indefinite Delivery Requirements type with a base period of one year and two optional one-year periods, totaling a maximum of three years. Interested vendors must submit their quotations by July 2, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    60' Dive Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    53--INNER DUCT SEAL
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure 23 units of the INNER DUCT SEAL (NSN 1R-5330-016702625-H5, P/N 06302-10800-107) for the CH-53K platform, with the intention to solicit on a sole source basis from Sikorsky Aircraft Corp, the Original Equipment Manufacturer. This procurement is critical as the INNER DUCT SEAL is essential for the operational integrity of the CH-53K platform, and no alternative sources are available due to the lack of drawings or data for this part. Interested parties must submit their capability statements to the primary contact, Liam F. Cunningham, via email by June 7, 2025, with the anticipated award date set for July 7, 2025. The solicitation will be posted electronically, and all proposals received within 45 days of the notice will be considered.