Repair and Maintenance Support Services - K5900 Side Scan System
ID: N0018925Q0258Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, intends to award a sole source contract for repair and maintenance support services for the Klein Marine Systems K5900 side scan sonar systems utilized by the Naval Oceanographic Office (NAVOCEANO). This procurement aims to ensure the operational readiness of ten K5900 systems, which are critical for high-resolution oceanographic data collection necessary for naval safety assessments. The contract, valued at approximately $10 million, will be a Firm-Fixed Price, Indefinite-Delivery/Indefinite Quantity type, spanning from July 31, 2025, through July 30, 2030, with provisions for future competition if additional sources become available. Interested parties can contact Stephanie Lent at stephanie.r.lent.civ@us.navy.mil or Joseph Caltagirone at JOSEPH.P.CALTAGIRONE3.CIV@US.NAVY.MIL for further information.

    Files
    Title
    Posted
    The Naval Oceanographic Office (NAVOCEANO) is seeking approval for a sole source contract for the repair and maintenance of its ten Klein Marine Systems K5900 side scan sonar systems, crucial for collecting oceanographic data. This action, to be managed by the Naval Supply Systems Command Fleet Logistics Center Norfolk, is justified under the authority of 41 U.S.C. 1901, as Klein Marine Systems is the only source able to provide necessary proprietary parts and services. The systems, valued at $10 million, are essential for high-resolution mapping and assessing naval operational safety. Failure to maintain these systems could jeopardize U.S. Navy assets by limiting data collection for safety assessments required for safe transit of naval vessels. Market research confirmed that Klein Marine Systems is the sole vendor capable of fulfilling this requirement, prompting the decision to proceed with this non-competitive procurement. Measures are in place to allow future competition should additional sources arise. The anticipated costs for maintenance are stated to be fair and reasonable compared to the costly alternative of replacing the systems, reinforcing the necessity of this contract to ensure the operational readiness of NAVOCEANO's mission capabilities.
    The Naval Oceanographic Office (NAVOCEANO) has issued Request for Proposal (RFP) #N0018925Q0258 for Repair and Maintenance Support, administered by the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk. This multi-year contract spans from July 31, 2025, through July 30, 2030, encompassing four successive years of service. The proposal outlines specific units and quantities required for repairs, including various assemblies and components related to the 5900 vehicle, with each item listed by part number and type (e.g., TIU, SPU, HVPS). Each year’s pricing details crucial elements like service materials, evaluation services, and associated unit quantities, although exact dollar amounts are not specified within the document. Further clarification on delivery order pricing is provided, specifying that the pricing in effect at the issuance of each delivery order will be maintained throughout its duration, including any option periods. This report underscores the necessity of maintenance services and repair support for critical naval oceanographic operations, reflecting the commitment to ensuring operational readiness and longevity of equipment utilized by NAVOCEANO.
    The Naval Oceanographic Office (NAVOCEANO) seeks to establish a non-personnel services, Indefinite Delivery Indefinite Quantity (IDIQ) contract to support its Klein Marine Systems K5900 tow fish and associated topside equipment. The contract encompasses necessary services and materials, including evaluations for repair or replacement of systems, and requires the contractor to provide all personnel, equipment, and tools for this purpose. The NAVOCEANO operates a fleet of ten K5900 systems, which necessitate occasional repairs to maintain operational effectiveness. The contractor will assess equipment, report evaluations within 45 days, and, if authorized, perform necessary repairs or substitutions within specified time frames, including shipping responsibilities. The contract will span one base year with four one-year options and will incorporate stringent quality control measures while ensuring compliance with government performance standards. A dedicated Contracting Officer Representative (COR) will oversee contract adherence and manage evaluations, with provisions for addressing organizational conflicts of interest as outlined in federal regulations. This contract signifies NAVOCEANO's commitment to maintaining the operational readiness of its oceanographic data collection capabilities.
    The Naval Oceanographic Office (NAVOCEANO) seeks to establish a Firm Fixed Price (FFP) contract for repair and maintenance services of its Klein Marine Systems K5900 tow fish and related equipment. The contractor will be responsible for providing all necessary personnel, materials, and services to evaluate, repair, or replace faulty equipment. The contract includes provisions for evaluations within specified timelines and guidelines for ensuring the quality of service through monitoring and inspections. The period of performance for this contract spans one base year with four potential extensions. The document outlines the responsibilities of both the government and the contractor, focusing on delivery times, performance metrics, and compliance with federal regulations, including safeguarding sensitive information and conflict of interest guidelines. Additionally, the contracting process encourages submissions from small businesses, particularly those owned by veterans or women. Overall, this solicitation emphasizes a structured approach to equipment maintenance, prioritizing both operational readiness and regulatory compliance.
    The document outlines a sole source justification for repair and maintenance support services for the Naval Oceanographic Office (NAVOCEANO) involving ten Klein Marine Systems K5900 tow fish systems at Stennis Space Center, Mississippi. This acquisition, directed by NAVSUP FLC Norfolk, is necessary for maintaining specialized side scan sonar equipment crucial for collecting oceanographic data. The justification cites 41 U.S.C. 1901, allowing for sole source action due to Klein Marine Systems being the only provider capable of offering the required services, as all related components are proprietary. The anticipated cost to repair and maintain the systems over five years is significantly lower than the cost of replacement. An RFI revealed no competing vendors, reinforcing the necessity of this contract. The document emphasizes the critical role of these systems in ensuring the safety of U.S. Navy operations, as failure to maintain them could jeopardize fleet mission capabilities. Future opportunities for competition will be assessed if viable sources emerge, with plans for transparency through public postings concerning the contract process. The narrative demonstrates adherence to legal and procedural standards in validating the sole source justification.
    The Naval Oceanographic Office (NAVOCEANO) has issued a Request for Information (RFI) and Sources Sought Notice regarding the need for repair and maintenance support services for their fleet of ten Klein Marine Systems K5900 side scan systems. This announcement, which serves informational and planning purposes only, does not constitute a solicitation for proposals, nor will any contracts be awarded at this stage. Interested parties are encouraged to provide capabilities statements, detailing their ability to perform required evaluations and repairs, as outlined in the attached draft Performance Work Statement (PWS). The anticipated contract type is a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract, with services expected to commence on or around July 31, 2025. The document outlines key requirements, including business size categories and details for potential prime or subcontracting roles. Responses to the RFI must be submitted by April 29, 2025, and focus specifically on demonstrated relevant capabilities. The overarching goal of this RFI is to gather market information to shape the acquisition strategy for the required services.
    Similar Opportunities
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Buyer not available
    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.
    58--PANEL,SONAR GTC - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panel replacement parts, identified by NSN 1H-5845-015938995-ST. The contract involves a total quantity of four units, which must be delivered to the DLA Distribution facility in New Cumberland, PA, and requires engineering source approval to ensure the quality and integrity of the parts. These sonar components are critical for underwater sound equipment applications, necessitating that any alternate sources meet stringent qualification requirements set by the government engineering activity. Interested parties should reach out to Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses under FAR 19.5.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    58--PANEL,SONAR GTC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panels, identified by NSN 1H-5845-015938990-ST, with a total quantity of 2 units. This procurement requires engineering source approval to ensure the quality of the parts, necessitating that any alternate sources must qualify according to the design control activity's procedures approved by the relevant Government engineering activity. The sonar panels are critical components used in underwater sound equipment, and the contract will only be awarded to offerors who meet the qualification requirements at the time of award, as outlined in FAR clause 52.209-1. Interested parties should contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and they are encouraged to express their interest in providing commercial items within 15 days of this notice.