Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
ID: H9224025Q1005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Boat Building (336612)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    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.

    Point(s) of Contact
    Kelly L. McNeill
    kelly.mcneill@socom.mil
    Files
    Title
    Posted
    Similar Opportunities
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Repair of the LRU20 Man Life Raft for multiple aircraft
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the LRU-33/A 20 Person Inflatable Life Raft, which is critical for AC/HC/MC-130J aircraft operations. The procurement involves a five-year contract strategy for an estimated total of 46 life rafts, with the selected contractor required to demonstrate capabilities, experience, and quality assurance processes relevant to this specialized repair work. Currently, the Original Equipment Manufacturer (OEM) is Air Cruisers Company, LLC (dba Safran), and the government is looking to expand its pool of qualified repair sources due to limitations in data rights and the impracticality of reverse engineering. Interested parties must submit their responses, including detailed business and capability information, by October 16, 2025, and can contact William D. Martin at william.martin.12@us.af.mil or Carmen Davis at carmen.davis.2@us.af.mil for further inquiries.
    WING STATION CONTRO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of Wing Station Control components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with the expectation of a contract award following the established timelines and requirements detailed in the solicitation.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source repair services for miscellaneous vehicular components, as indicated by the PSC code 2590. This opportunity is outlined in a Justification and Approval (J&A) posting, which suggests that the services are critical and may not be available through competitive means. The selected contractor will be responsible for providing essential repair services that support the operational readiness of naval assets. Interested parties can reach out to Rochelle Berwick at rochelle.d.berwick.civ@us.navy.mil or by phone at 812-381-7261 for further details regarding this procurement.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    16--NRP,BOTTLE MONEX FI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of spare parts under the title "16--NRP, BOTTLE MONEX FI." This procurement is categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves miscellaneous aircraft accessories and components. The selected contractor will be responsible for supplying these critical components, which play a vital role in maintaining the operational readiness of naval aircraft. Interested vendors can reach out to Caitlin V. Donahue at 215-697-2198 or via email at caitlin.v.donahue.civ@us.navy.mil for further details, as the procurement does not have a set-aside recommendation from the Small Business Administration.
    Cox Transport Circuits
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    RHIB NOTCH ULTRA POLY PAD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various RHIB Notch Ultra Poly Pads, which are essential components for small boat launch and recovery operations. The contract includes multiple items with specific dimensions and materials, including pads with rubber backing and UV stability, to ensure durability and functionality in marine environments. Interested vendors must comply with stringent packaging and delivery requirements, including adherence to MIL-STD-2073-1E and ASTM-D-3951 standards, and submit their quotes by December 15, 2025, at 10:00 AM EST to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL. All submissions must include a valid DUNS number and be registered with the System for Award Management (SAM).