Sole Source to MSI Transducers Corp. for Altimeter Kits per attachments
ID: N61331-26-Q-KS12Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, intends to award a sole source contract to MSI Transducers Corp. for the procurement of Altimeter Kits essential for the Multi Mission Buoy (MMB). These kits are uniquely designed and tested for the MMB, and MSI is the only source capable of providing these specific components without incurring significant delays and additional costs associated with alternative options. The contract will be awarded based on a firm fixed price, with quotes required to include a Capabilities Statement, proof of past performance, and a cage code. Interested parties should direct inquiries to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil, with all submissions due by the specified close date.

    Point(s) of Contact
    Files
    Title
    Posted
    This Sole Source Justification Memorandum details the Naval Surface Warfare Center Panama City Division's (NSWC PCD) intent to award a firm fixed price contract to MSI Transducers, an Airmar Technology Company, for MSI Transducer Altimeter Kits. These kits are essential for the Multi Mission Buoy (MMB) to achieve accurate depth finding and control in underwater environments. The justification for a sole source award, under FAR 6.302-1 (only one responsible source), stems from MSI's unique position as the sole developer and OEM of these altimeter kits, which were specifically designed and tested with the MMB. Using an alternative brand would lead to significant delays and cost overruns due to necessary engineering changes and retesting. The Contracting Officer has determined this sole source award represents the best value for the government, and market research was not conducted due to MSI Transducers being the only source capable of meeting the agency's specific requirements.
    This government file outlines key contractual clauses and instructions for offerors, primarily focusing on federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It details delivery and performance terms, electronic payment submission, and comprehensive contract clauses covering executive compensation, System for Award Management (SAM) maintenance, safeguarding contractor information, prohibitions on certain telecommunications equipment (Kaspersky Lab, ByteDance, Huawei, ZTE), and restrictions on inverted domestic corporations. The document also includes preselected and required clauses for commercial items, small business programs, combating human trafficking, and environmental regulations like the prohibition of Hexavalent Chromium. Instructions for offerors cover representations and certifications, proposal submission, and evaluation factors based on best value, past performance, price, and delivery. Furthermore, it details the use of Navy support contractors for official contract files, emphasizing confidentiality and data protection. Invoicing instructions specify cost segregation and email notifications for WAWF submissions. It also defines government points of contact, responsibilities, and operational hours for deliveries and facility access, highlighting contractor responsibilities during government closures and for maintaining compliance with all contract requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    sole source basis for the procurement of components in the Multi-Spectral Targeting Systems (MTS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure components for the Multi-Spectral Targeting Systems (MTS) on a sole source basis. This procurement is justified under the maintenance, repair, and rebuilding of aircraft components and accessories, indicating the critical nature of these components for operational readiness. The Justification and Approval (J&A) posting outlines the necessity of these components, which play a vital role in enhancing the capabilities of military aircraft. For further inquiries, interested parties can contact Allyson Nicholson at allyson.d.nicholson.civ@us.navy.mil.
    ALTIMETER,PRESSURIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) for the MH-60 Multi-Mission Helicopter Program. The procurement aims to address obsolescence issues within the existing AMCM CSTRS Mission Kits by providing sustainment support, system updates, and technical assistance, ensuring compatibility with all US Navy MH-60S AMCM versions. This initiative is critical for maintaining the operational readiness of the AMCM systems, which are vital for mine countermeasure operations. Interested small businesses are encouraged to submit a capabilities statement by email to Monica L. Card at monica.l.card.civ@us.navy.mil, with the anticipated contract award expected in Summer/Fall 2027 and a performance period of five years.
    66--PRESSURE GAUGE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a Pressure Gauge (P/N C271.0087.00) on a sole source basis from Cometto SPA. This procurement is critical as the part requires engineering source approval to ensure quality, and the approved source possesses unique design capabilities and manufacturing knowledge essential for maintaining the part's integrity. Interested parties may express their interest and capability to respond to this requirement, with quotes considered prior to the award date; however, the government retains discretion on whether to pursue competitive procurement. For further inquiries, interested vendors can contact Joshua Martin at (717) 605-4356 or via email at JOSHUA.D.MARTIN4@NAVY.MIL.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    66--INDICATOR,POSITION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure a sole source spare part identified as the Indicator, Position (NSN 1H-6695-013833646) from Curtiss-Wright Electro-Mechanical Corp. This procurement is critical for supporting the Sub Engineering Systems weapon system, and the government intends to solicit and negotiate with the original equipment manufacturer, as they are the only known source for this part. Interested parties are encouraged to submit capability statements within 15 days of this notice, with the solicitation expected to be issued on January 31, 2025, and proposals due by February 29, 2026. For further inquiries, interested organizations may contact Taylor Weidman at taylor.m.weidman2.civ@us.navy.mil.
    HYPRO MARINE PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 40 Rudder Angle Indicator Meters (Part Number HM1096B, NSN 6320-99-613-3759) as part of a sole source contract with HYPRO MARINE. These meters are critical components for the 47’ Motor Lifeboat, ensuring accurate rudder position readings essential for safe navigation and operation. The procurement is set aside exclusively for small businesses, with a submission deadline for quotes on December 26, 2026, at 12:00 PM EST. Interested vendors must contact Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details and to submit their offers.