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
    Notice of Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to RTX Corporation, doing business as Pratt & Whitney, for specialized tooling required for the Auxiliary Powerhead of the LCAC 100 series crafts. The procurement involves the manufacturing of two sets of tooling components, which are critical for repairs and maintenance of existing Powerhead systems, as Pratt & Whitney is the exclusive manufacturer of these proprietary parts, with no substitutes available. This sole source action underscores the importance of obtaining unique and compatible tools for mission success, with an estimated delivery date set for July 31, 2025. Interested parties wishing to challenge this sole source determination must submit their written responses to Joseph Frech at joseph.l.frech.civ@us.navy.mil for consideration.
    Sole Source OEM Federal Equipment Company Roller Curtain Door
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting a sole-source contract for the procurement of an OEM Federal Equipment Company Roller Curtain Door. This firm fixed-price supply contract is intended to support the Military Sealift Command and requires compliance with specific delivery and packing standards to meet military logistics requirements. The solicitation is set to close on September 12, 2024, at 12:00 PM PDT, with delivery expected by September 30, 2024, to the Military Sealift Command in San Diego, CA. Interested vendors must ensure they are registered in the System for Award Management (SAM) and direct any inquiries to Walid Aslan at walid.m.aslan.civ@us.navy.mil.
    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.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a Sole Source contract to DeVal Life Cycle Support LLC for the procurement of Munitions Trailers, part number MHU-191, essential for outfitting U.S. Navy ships. This acquisition is justified under FAR Part 13 - Simplified Acquisition Procedures, citing the urgency and the exclusive licensing agreement that makes DeVal the only authorized provider and remanufacturing facility for these transporters since 1981. The Munitions Transporters are critical for securely storing and transporting munitions on Navy vessels, and the procurement is necessary to maintain operational efficiency without delays. Interested parties may contact Christopher P. Ramsden at christopher.p.ramsden2.civ@us.navy.mil or John Williams at john.r.williams95.civ@us.navy.mil for further information, although this notice is not a request for competitive proposals.
    INTENT TO SOLE SOURCE, OEM GEA MECHANICAL EQUIPMENT US, INC. - LUBE OIL SEPARATOR PARTS
    Active
    Dept Of Defense
    The Department of the Navy, through NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure lube oil separator parts from OEM GEA Mechanical Equipment US, Inc. This procurement is a sole-source requirement, indicating that only this vendor is authorized to supply the specified parts, which are critical for maintaining military operations. The contract will be a firm fixed-price type, with delivery to designated facilities in Norfolk, VA, and is set to close on September 11, 2024, at 1:00 PM PST. Interested parties should direct any inquiries to Roger Bowers at roger.s.bowers.civ@us.navy.mil.
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.
    20--Compress Melt Units
    Active
    Dept Of Defense
    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
    Active
    Dept Of Defense
    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.
    INTENT TO SOLE SOURCE - OEM (EMS DEVELOPMENT CORP / ULTRA) ADVANCED DEGAUSSING SYSTEM PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source contract to procure OEM advanced degaussing system parts from EMS Development Corporation. This firm fixed-price supply contract aims to ensure the timely delivery of essential components to support the Military Sealift Command, with full delivery required by October 4, 2024. The procurement emphasizes compliance with specific packaging and identification protocols, as well as the importance of fixed pricing and past performance evaluations in determining the best value. Interested parties must submit their proposals by 10:00 AM PST on September 13, 2024, and direct any inquiries to Chris Parker at Christopher.l.parker86.civ@us.navy.mil.
    Sole Source Notification to Universal Sonar Mount. An upgrade to the Universal Sonar Mount hardware currently owned by Naval Post Graduate School
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole source contract to Universal Sonar Mount or an authorized dealer for an upgrade to the Universal Sonar Mount hardware currently used by the Naval Postgraduate School. The Navy requires an upgrade to the existing Universal Sonar Mount's transducer pole and base unit. Specifically, they need a teardrop-shaped mount to attach to the Kongsberg EM2040-07 transducer. This hardware will be installed on watercraft to support the Oceanography Department's courses, student research, and the Technical POC's programs. The contract, valued at an estimated cost of around $25,000-$50,000, would be a firm fixed-price agreement. The Navy intends to award the contract by the end of September 2024. Universal Sonar Mount or an authorized dealer with the necessary hardware and ability to fulfill the upgrade requirements is eligible for this opportunity. Interested parties should contact Sheri Bunn-Markryd at sheri.k.bunn-markryd.civ@us.navy.mil for further information.