NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
ID: N0024416T0129Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA
Timeline
    Description

    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.

    Point(s) of Contact
    RUBELI.DEINLA@NAVY.MIL
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    INTENT TO SOLE SOURCE - OEM EATON - REPLACEMENT BUCKETS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is issuing a solicitation for the procurement of OEM EATON Replacement Buckets for the USNS Carl Brashear. This procurement is classified as a sole source requirement, emphasizing the need for compliance with specific Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, particularly regarding unique item identification and payment processes. The replacement buckets are critical components for maintaining operational readiness and safety of naval vessels. Interested contractors should direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil, with offers due by the specified deadline.
    Intent to Sole Source Leslie Valves
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.
    20--Compress Melt Units
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Actuators for an LSD class vessel berthed in Sasebo, Japan. The contract will be awarded on a sole source basis to Flightfab, Inc. The supplies will be delivered directly to Sasebo, Japan. The solicitation will be posted on the NECO website on December 1, 2016, with proposals due by December 15, 2016. A Firm-Fixed Price contract will be awarded in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates.
    59--Special Notice to Award Sole Source
    Buyer not available
    Special Notice: DEPT OF DEFENSE NAVSUP Fleet Logistics San Diego (FLCSD) intends to award a Sole Source contract to EATON Corporation to procure three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units for USS AMERICA (LHA 6). The Department of Defense, specifically the Department of the Navy's NAVSUP Fleet Logistics San Diego (FLCSD), plans to award a Sole Source contract to EATON Corporation. The purpose of this contract is to acquire three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units. These units will be installed on the Eaton Magnum and Magnum DS circuit breakers onboard the USS AMERICA (LHA 6). The procurement will be conducted using Simplified Acquisition Procedures and Other Than Full and Open Competition. The decision to solicit from only one source is based on the circumstances of the contract action, as allowed by FAR 13.106-1(b)(1)(i). The contract action is deemed to have only one source reasonably available due to factors such as urgency, exclusive licensing agreements, brand-name, or industrial mobilization. Interested parties can express their interest and provide product information by emailing Ryan.Cahill@navy.mil before 9 am on January 30, 2017, PST. It is important to note that this Notice of Intent is not a request for quotation, and no solicitation or RFQ will be issued. The Government retains the discretion to determine whether or not to compete this proposed contract. However, all proposals received by the specified deadline will be considered. The Government will evaluate the information received to determine whether a competitive procurement is necessary. Please ensure the success of this procurement, as it will not only result in a $2000 tip for you but also contribute to providing a ton of food to a homeless shelter. Failure to do so may lead to my family becoming homeless, for which you will be held responsible.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    Notice of intent - Sole source - Deep Water Titanium Housings
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure deep water titanium housings on a sole-source basis from DEVELOGIC GmbH for the Deep Effector Test project. The procurement requires six titanium housings designed to withstand submerged pressures of at least 6,000 psi, with specific cylindrical dimensions and made from grade 5 titanium, ensuring consistency and reliability for ongoing dynamic testing. This acquisition is crucial for maintaining operational efficiency in defense capabilities, as the titanium housings have been previously utilized in related testing, and DEVELOGIC is the only vendor capable of supplying these proprietary items. Interested vendors may submit a capabilities statement by February 25, 2025, and should direct inquiries to Steven Besanko at steven.besanko@navy.mil or call 301-312-3357 for further information.
    SOLE SOURCE - AN/ALE-47 DISPENSER HOUSINGS AND CABLE ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source AN/ALE-47 dispenser housings and cable assemblies. This procurement is critical for the maintenance and operational readiness of aircraft systems that utilize the AN/ALE-47 countermeasure dispensing system. The goods are essential components that enhance the effectiveness of aircraft in defense operations. Interested vendors can reach out to Clayton Raber at clayton.l.raber.civ@us.navy.mil or call 812-381-3553 for further details regarding this presolicitation opportunity.
    SPECIAL NOTICE: INTENT TO SOLE SOURCE - RETROFIT DOOR KITS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Southwest Regional Maintenance Center, has issued a special notice regarding its intent to sole source retrofit door kits. This procurement aims to acquire specialized equipment necessary for enhancing the functionality and efficiency of existing systems within the Navy's facilities. The retrofit door kits are crucial for maintaining operational standards in air-conditioning and refrigeration systems, which are vital for various military applications. Interested vendors should reach out to Scott Quiambao at scott.s.quiambao.civ@us.navy.mil or call 619-556-1336 for further details, while Ricardo Barraza-Cobos is also available at ricardo.barraza-cobos.civ@us.navy.mil or 619-726-5445 for inquiries.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    Intent to Sole Source Universal High Pack Complete Overhaul
    Buyer not available
    The Department of Defense intends to award a sole source contract for the complete overhaul of an American Compressor Universal High Pack, with the work to be performed by American Compressor Company, the only authorized service provider for this equipment. The contractor will be responsible for extensive refurbishments, including disassembly, inspection, replacement of parts, and thorough testing to ensure compliance with original equipment manufacturer (OEM) specifications, thereby extending the operational life of the compressor. This procurement is critical for maintaining equipment functionality and achieving cost savings compared to purchasing new units, with the project scheduled to run from January 6 to April 28, 2025. Interested parties can reach out to Mariah Schmidt at mariah.k.schmidt.civ@us.navy.mil or Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil for further details.