Notice of Intent to Sole-Source - Engineering, Maintenance, and Testing Support (EMTS) Services
ID: M67854-25-R-0029Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Systems Command, intends to award a sole-source contract for Engineering, Maintenance, and Testing Support (EMTS) Services to Vectrus Systems LLC, based in Colorado Springs, CO. This procurement aims to provide specialized services for the Advanced Amphibious Assault Vehicle (AAV) and Advanced Combat Vehicle (ACV) Family of Vehicles, focusing on vehicle testing, development, maintenance, and configuration support to enhance operational availability. The requirement emphasizes the need for a local facility within a 50-mile radius of the Program Office in Quantico, VA, to address emergent engineering design solutions and resolve operational issues effectively. Interested parties may submit capability statements by email to the designated contacts, Jacob Garner and Shanna Laging, by May 14, 2025, at 9:00 AM EST, although this notice does not constitute a request for proposals.

    Files
    No associated files provided.
    Similar Opportunities
    ACV-30 Turret ECP Support
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command, is seeking vendors capable of providing engineering support for the Amphibious Combat Vehicle (ACV)-30 Turrets, specifically the Kongsberg Defence & Aerospace (KDA) PROTECTOR Series Remote Turret – 20 (RT-20). The procurement aims to identify businesses with expertise in engineering change proposals (ECPs), including prototyping, testing, production operations, quality management, logistics updates, and field service representation for the ACV-30 turret system. This initiative is critical for sustaining and upgrading the ACV-30 Turrets from the third quarter of 2026 to the second quarter of 2028, ensuring operational readiness and effectiveness. Interested parties must submit their responses, including an executive summary detailing capabilities and past performance, by January 7, 2026, to Kendel Phillips at kendel.phillips@usmc.mil.
    ACV-R Crane Integration
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    ACV-R Crane Rotary Union
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is conducting a market research effort to identify potential sources for the procurement of custom Rotary Unions designed for integration with the PSC 14029 crane on the Amphibious Combat Vehicle – Recovery (ACV-R) platform. The requirement includes the manufacturing and delivery of 36 units of a custom 3-passage hydraulic service crane rotary union, compatible with the ACV-R hydraulic system, with delivery anticipated between Q3 2026 and Q3 2027. This initiative is crucial for ensuring the operational effectiveness of the ACV-R platform, which is currently being produced by BAE Systems Land & Armaments LP. Interested vendors are encouraged to submit product summaries, technical characteristics, production schedules, and estimated costs by January 7, 2026, to Kendel Phillips at kendel.phillips@usmc.mil or Benjamin Hunsberger at benjamin.j.hunsberger@usmc.mil.
    J059--629-26-2-690-0017, Aethon TUG Service Contract (VA-26-00030200)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract for TUG Fleet Maintenance services for smart autonomous mobile robots at the Southeast Louisiana Veterans Health Care Service. This contract, designated for ST Engineering Aethon INC, is based on the authority of 41 U.S.C 253(c)(1) - FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The maintenance services are crucial for ensuring the operational efficiency of these advanced robotic systems, which play a significant role in enhancing patient care and operational workflows within the facility. Interested parties may submit their capabilities statements to Kimberly Anderson at kimberly.anderson6@va.gov by January 2, 2026, at 3:00 PM CST, referencing solicitation number 36C25626Q0253. The contract period is set from February 1, 2026, to December 31, 2026.
    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.
    Military Sealift Command VERTREP NAVCENT Detachment A
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing worldwide vertical replenishment (VERTREP) and logistical helicopter services for U.S. Navy and partner nation ships. The procurement requires a two-helicopter detachment, optional unmanned aerial capabilities, support equipment, and a minimum staffing of five pilots and three maintainers, with operations expected to be based in Bahrain. This service is crucial for ensuring efficient logistical support and operational readiness for naval missions. Interested vendors must submit their capability statements by December 19, 2025, at 3:00 PM local time (Norfolk, VA), and can direct inquiries to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    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.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.