Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions (Amendment)
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUP OF SHIPBUILDING GROTONGROTON, CT, 06340-4990, USA

NAICS

Ornamental and Architectural Metal Work Manufacturing (332323)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract to GK Mechanical Systems LLC for the manufacture and delivery of Submarine Safety Rail (Flying Bridge) Stanchions. The procurement involves specific parts, including various part numbers, which are critical for submarine surface operations and are based on proprietary drawings from the original equipment manufacturer. Interested parties may submit capability statements by 5:00 PM EST on January 6, 2026, to be considered for future opportunities, with all communications directed to Stephanie Neale and Roland Parrilla via their provided email addresses. The contract will be executed under the authority of 10 U.S.C. 2304(c)(1), and no solicitation will be issued as part of this notice.

    Files
    Title
    Posted
    This government file is a Request for Proposal (RFP) for the manufacture and delivery of specific parts for Submarine Safety Rail (Flying Bridge) Stanchions for the Naval Submarine Support Facility (NSSF) at SUB BASE NEW LONDON CT. The contractor is required to manufacture two (2) Part number 26-1240-03, twelve (12) Part number 20-1232-02, six (6) Part number 22-1246-14, and five (5) Part number 23-1249-01. Delivery must be FOB Destination, between Monday and Friday, 0700 and 1330 EST, to Building 87, Argonaut Drive, Lower Submarine Base, Groton, CT 06340. The document also outlines detailed procedures for contractor personnel to obtain DBIDS credentials for base access, including providing names to NSSF, presenting valid identification (Real ID Act-compliant driver's license, passport, or original birth certificate and social security card), and completing a SECNAV 5512/1 form for a background check. The contractor assumes full liability for any costs or delays due to failed background checks or denied access. No Government Furnished Material (GFM) will be provided.
    This document is an amendment to solicitation/modification of contract N6278926Q0008, effective December 16, 2025. Its primary purpose is to add a new Contract Line Item (CLIN) 0004 for the procurement of five GK Mechanical Part Number 23-1248-01, according to the respective drawing. The previous CLIN 0004 has been renumbered to CLIN 0005. The amendment details the requirement for the contractor to manufacture and provide these parts, outlining the FOB destination as Groton, CT. It also includes updated delivery schedules, inspection and acceptance criteria, and specific instructions for contractor personnel to gain access to the SUB BASE NEW LONDON CT, including requirements for identification and background checks.
    The SSGRINST 4330.51D document is a justification for an 'Other Than Full and Open Competition' acquisition for replacement parts for Submarine Sail Safety Stanchions (Flying Bridge), used during Submarine Surface Operations, with a need date of August 14, 2026. The justification, applicable to requirements under $250,000, identifies GK Mechanical Systems as the sole source. The rationale for sole-source procurement is that GK Mechanical Systems is the Original Equipment Manufacturer (OEM) and the only source capable of providing these parts, which are detailed on their proprietary drawings and are not available through the Navy Stock system as individual parts. The justification was certified on December 4, 2025, by RICH.PAUL.A.1228606550, one level above the Procurement Contracting Officer.
    Similar Opportunities
    Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract to GK Mechanical Systems LLC for the manufacture of submarine safety rail stanchions, essential components for the Naval Submarine Support Facility at SUB BASE New London, CT. The contract will require the production and delivery of specific parts, including two units of part number 26-1240-03, twelve units of part number 20-1232-02, and six units of part number 22-1246-14, all conforming to GK Mechanical Drawings, with delivery expected to be completed by August 14, 2026. This procurement is critical for maintaining the safety and operational readiness of submarine operations, and interested parties may submit capability statements by 5:00 PM EST on January 6, 2026, to the designated contacts at the Navy.
    Notice of Intent to Sole Source - Manufacture of Manual Bus Transfer Unit
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract for the manufacture of one Manual Bus Transfer (MBT) Unit and two Pad Lockable Cam Covers to ESL Power System, Inc. This procurement is set aside for small businesses and requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, with delivery to the Naval Submarine Support Facility in Groton, CT, required by November 6, 2026. Interested parties may submit capability statements demonstrating their ability to meet the specifications by January 5, 2026, and should direct inquiries to Andrea Cook or Stephanie Neale via the provided email addresses.
    Bridle Air System Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals from qualified small businesses for the procurement of various stainless steel components for the Bridle Air System. The solicitation, identified as N62789-26-Q-0006, includes a range of items such as threaded pipe fittings, pipe nipples, and on/off valves, with specific requirements for materials and dimensions, to be delivered to SUBASE New London, Connecticut by March 13, 2026. This procurement is critical for maintaining operational readiness and functionality within naval systems, emphasizing the importance of high-quality materials and timely delivery. Interested offerors must submit their proposals electronically by December 18, 2025, at 5:00 PM EST, and can direct inquiries to Stephanie Brass or Stephanie Neale at the provided contact information.
    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.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft and Rudder Seal Kits, which are essential for the maintenance of various class vessels. The procurement requires brand-name, Original Equipment Manufacturer (OEM) products from DMS or its authorized distributors, emphasizing that substitute parts will not be accepted. This contract, structured as a requirements-type with Firm-Fixed Price Delivery Orders, spans five years from March 2, 2026, to March 1, 2031, and includes specific delivery requirements to Baltimore, MD. Interested vendors must submit their proposals by January 14, 2026, and can direct inquiries to William Zittle or Mark Cap via the provided email addresses.
    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.
    SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contract for the new manufacture and overhaul of the MK-99 Subassembly Electrical Contract Ring, part number 2907651. This procurement is focused on maintaining and repairing ship and marine equipment, which is critical for the operational readiness of naval vessels. The justification for this sole source contract indicates the specialized nature of the required components and services. Interested parties can reach out to Logan Wagler at logan.d.wagler.civ@us.navy.mil or by phone at 812-854-1061 for further details regarding this opportunity.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Hatch Casting Strip Heaters
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding in Groton, Connecticut, intends to award a sole source contract for the procurement of Hatch Casting Strip Heaters. The contract will involve supplying various components, including high-power mini-strip heater panels and extension cables, which are critical for naval operations. This procurement is being conducted under a Total Small Business Set-Aside, with a firm fixed price not exceeding $350,000, utilizing Simplified Acquisition Procedures. Interested parties must express their capability to meet these requirements by January 6, 2026, and can direct inquiries to Stephanie Brass or Stephanie Neale via their provided email addresses.
    20--SEGMENT 7 STERN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Segment 7 Stern, identified by NSN 2040014787859. The requirement includes a single unit to be delivered to Assault Craft Unit 4 within 20 days after order, with approved sources specified as 0ACH0 and 66618 for the part number 7401551-001. This procurement is critical for maintaining operational readiness and functionality of marine equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.