Intent to Sole Source ATI for Nuclear Photometers
ID: N3904024Q0187Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Portsmouth Naval Shipyard intends to award a sole-source contract to ATI (Hamilton Associates Inc.) for the supply of nuclear photometers. The contract is contemplated as a Firm-Fixed Price agreement.

    The Navy requires these instruments, as detailed in the attached Sole Source Justification document, for their uniqueness and ability to meet the Navy's specific needs. The intent is to award the contract without competition, but the Shipyard encourages any capable parties to express their interest and qualifications.

    The key qualification is the ability to provide the specific equipment required by the Navy, as outlined in the Sole Source Justification. Potential suppliers should demonstrate their ability to meet this requirement when responding.

    Although the primary contact, Sarashea Falla, has provided an email address and phone number for inquiries, the notice discourages requesting a written solicitation. The Navy will not issue a formal request for proposals, but interested parties may submit quotations for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N3904024R0005- SSTG #1 and #2 Maintenace and Repair- Portsmouth Naval Shipyard
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair and maintenance services for the 1 and 2 Ship Service Turbine Generators (SSTGs) Shipboard at Portsmouth Naval Shipyard GF. Northrop Grumman Marine Systems (NGMS) is the Original Equipment Manufacturer (OEM) and the sole responsible source for this requirement. The solicitation will be available on or around 1/09/2024. Justification and Approval for sole source will be posted.
    Notice of Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to RTX Corporation, doing business as Pratt & Whitney, for specialized tooling required for the Auxiliary Powerhead of the LCAC 100 series crafts. The procurement involves the manufacturing of two sets of tooling components, which are critical for repairs and maintenance of existing Powerhead systems, as Pratt & Whitney is the exclusive manufacturer of these proprietary parts, with no substitutes available. This sole source action underscores the importance of obtaining unique and compatible tools for mission success, with an estimated delivery date set for July 31, 2025. Interested parties wishing to challenge this sole source determination must submit their written responses to Joseph Frech at joseph.l.frech.civ@us.navy.mil for consideration.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Sole Source Notification to Universal Sonar Mount. An upgrade to the Universal Sonar Mount hardware currently owned by Naval Post Graduate School
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole source contract to Universal Sonar Mount or an authorized dealer for an upgrade to the Universal Sonar Mount hardware currently used by the Naval Postgraduate School. The Navy requires an upgrade to the existing Universal Sonar Mount's transducer pole and base unit. Specifically, they need a teardrop-shaped mount to attach to the Kongsberg EM2040-07 transducer. This hardware will be installed on watercraft to support the Oceanography Department's courses, student research, and the Technical POC's programs. The contract, valued at an estimated cost of around $25,000-$50,000, would be a firm fixed-price agreement. The Navy intends to award the contract by the end of September 2024. Universal Sonar Mount or an authorized dealer with the necessary hardware and ability to fulfill the upgrade requirements is eligible for this opportunity. Interested parties should contact Sheri Bunn-Markryd at sheri.k.bunn-markryd.civ@us.navy.mil for further information.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    D6PHASER SINGLE CRYSTAL XRAY DIFFRACTOMETER WITH WORKSTATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of a D6PHASER Single Crystal X-ray Diffractometer with Workstation from Bruker AXS LLC. This specialized analytical laboratory instrument is essential for advanced materials characterization and research applications within the Navy. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their interest and capability to compete. For further inquiries, Richard Key can be contacted via email at richard.a.key2.civ@us.navy.mil.
    66--instruments and laboratory equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
    – SOLE SOURCE – REPAIR AND MANUFACTURE OF AN/SPS-49 SOLID STATE HIGH VOLTAGE SWITCH AND BIAS POWER SUPPLY
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole-source contract to Polarity Inc. for the repair and manufacture of AN/SPS-49 Solid State High Voltage Switch and Bias Power Supply. Given that Polarity Inc. holds proprietary knowledge and engineering expertise, they are the only suitable candidate for this $6.6 million contract. The Navy requires these services to support the AEGIS AN/SPS-49 Radar System and PBLO, with deliveries being FOB Destination. This contract, which will be issued on a firm-fixed-price basis, is expected to be awarded in the third quarter of Fiscal Year 25. AN/SPS-49 Solid State High Voltage Switch and Bias Power Supply are crucial for the Navy's radar system, ensuring the functionality and reliability of their equipment. Interested parties should reach out to the primary point of contact, Jacob LaFree, via email or phone by the closing date: 11 September 2024 at 2:00 PM EDT, and ensure they are registered on the Government System for Award Management database.
    Sole Source to HII Fleet Support LLC for S1000D PDF Publisher Technical Support Services per attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, intends to award a sole source contract to HII Fleet Support LLC for S1000D PDF Publisher technical support services. This procurement aims to secure essential services for maintaining and upgrading the PDF Publisher software, which is critical for the Navy's Common Source Database utilized by fleet users and technical manual developers. HII Fleet Support Group LLC, as the original developer of the software, possesses unique qualifications and proprietary information necessary for this support, making them the only viable contractor for this requirement. Interested parties should submit their quotes, including a capabilities statement and proof of past performance, by the specified deadline to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Jamell Kilgore at jamell.kilgore@navy.mil.