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 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.
    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.
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for bow thruster systems, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This procurement is categorized as a sole-source requirement and will be awarded under a Firm Fixed Price (FFP) contract, emphasizing the need for offerors to submit quotes for the entire requirement while considering potential cost increases due to factors such as COVID-19 and inflation. The successful contractor will be responsible for delivering essential maritime components, with an expected completion date of March 1, 2025, and offers are due by September 17, 2024. Interested parties should direct their inquiries and submissions to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM) prior to submission.
    USNS HARVEY MILK_ Pump Overhauls_ Sole Source (Defense Maritime Soultions INC.)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure specific parts for the USNS Harvey Milk (T-AO 206) from Defense Maritime Solutions Inc. This procurement is a sole source acquisition focused on essential components such as ball bearings, cartridge seals, and bushings, which are critical for the operational readiness of the vessel. The urgency of this acquisition is underscored by the need for compatibility with existing equipment and the proprietary nature of the items, as Defense Maritime Solutions is the Original Equipment Manufacturer (OEM) for life rafts designed for T-AO vessels. Quotations are due electronically by September 19, 2024, with delivery expected by December 1, 2024. Interested parties can contact Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further information.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    15--DOOR,AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors to procure 31 units of an aircraft access door (NSN 1R-1560-016524987-QF, P/N 74A463950-1001) for the F18 E/F Fighter Aircraft. The procurement requires the contractor to provide labor, materials, and facilities necessary for the delivery of the specified items, with the Buy American Act applicable to this effort. The government intends to negotiate with The Boeing Company as the sole source for this contract, emphasizing that interested parties must submit capability statements within 15 days of the notice publication. For further inquiries, contractors can contact Vlad Maksimchuk at (215) 697-3533 or via email at vladimir.maksimchuk@navy.mil.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    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.
    Notice of Intent: Hocking Shipyard Caven Point Services
    Active
    Dept Of Defense
    Notice of Intent: Hocking Shipyard Caven Point Services The Department of Defense, specifically the Department of the Army, through the W2SD ENDIST NEW YORK office, has issued a Special Notice for the procurement of ship repair services at the Hocking Maintenance Shipyard. The services required include the following items: a. Paint/Coating System: Sherwin-Williams Product Line ($46,000) - This includes Sherwin-Williams Duraplate 235, Sherwin-Williams Antifouling 121, Sherwin-Williams Armortile B67B-100, and Sherwin-Williams Steel Master. b. Integrated navigation software: Rose Point Electronic Charting Software ($2,600) c. Navigation system upgrades: Furuno SC-70 Satellite Compass/Antenna ($4,295) d. Furuno Antenna Cable (item 001-524-1000) ($225) e. PYI Shaft Seals (Serial 02-212-400) These items and services are essential for the maintenance and repair of ship and marine equipment. This notice of intent serves as a preliminary announcement and is not a formal solicitation or request for proposal. The government intends to make a sole source award under the authority cited in Federal Acquisition Regulation 6.302-1, as there is only one responsible source and no other supplies or services will satisfy the agency requirements. Vendors who wish to propose an alternative source must provide all relevant data demonstrating how the alternative source satisfies the requirements mentioned above to Monica Coniglio at Monica.N.Coniglio@usace.army.mil by the required due date and time. Please note that this is not a request to respond to a solicitation.