Intent to Sole Source: HAAS ST-35Y Machine Software Update
ID: N6843825RC39003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY (J034)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to perform a software update and install a level 2 service key patch for the HAAS ST-35Y machine at the Trident Refit Facility in Bangor, Washington. The contract requires the contractor to provide all necessary personnel, equipment, and services while adhering to the quality standards set by the original equipment manufacturer, including training mechanics on the extraction of the service key. This initiative is crucial for modernizing and maintaining Navy assets, ensuring operational efficiency and safety through expert technician support. Interested parties can contact Kenny Vilayvong at kenny.r.vilayvong.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil for further details, with the performance period scheduled from March 20 to March 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for updating the software and installing a level 2 service key patch for the HAAS ST-35Y machine at the Trident Refit Facility (TRFB) in Bangor, Washington. The contract requires the contractor to provide all necessary personnel, equipment, and services while adhering to the quality standards mandated by the original equipment manufacturer (OEM). The main tasks include software update, installation of the key patch, and training mechanics on extracting the service key. The performance period is set from March 20 to March 28, 2025, and emphasizes the importance of maintaining a consistent workforce. The contractor must ensure full compliance with security protocols and is responsible for protecting government property. The document also addresses responsibilities regarding quality assurance, contractor travel, and data rights, indicating that all produced documents will be owned by the government. This contract signifies a focused effort to modernize and maintain Navy assets, ensuring operational efficiency and safety by employing technician expertise. The PWS serves as an essential roadmap for the contractor's performance obligations while reinforcing regulatory compliance and quality oversight.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hankook Vertical Turning Centers (VTC)
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance and service of two Hankook Vertical Turning Centers (VTC). The procurement requires a certified technician to perform on-site preventive maintenance, repairs, inspections, and software upgrades, ensuring compliance with manufacturer standards and regulations. These services are crucial for maintaining the operational readiness of the U.S. Navy's machinery, with the performance period set from August 28, 2025, to August 27, 2026, during standard business hours. Interested parties should contact Colby Teruya at colby.m.teruya.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil for further details.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    Door Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking a contractor for the replacement of the RF Shielded Chamber door operator in Building 1530. The selected contractor, Braden Shielding Systems, LLC, will be responsible for supplying all necessary materials, hardware, and labor to complete the project, which is expected to last six months. This procurement is critical for maintaining operational integrity and security within the facility, as the RF Shielded Chamber is essential for various defense-related activities. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882 for further information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking support services for Unmanned Hyperbaric Systems. The procurement aims to provide maintenance and repair services for commercial and industrial machinery and equipment, particularly focusing on ship and marine equipment. These services are crucial for ensuring the operational readiness and safety of unmanned systems utilized in various defense applications. Interested vendors can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or call 805-982-4538, or contact Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil or 805-982-3667 for further details.
    INTERFACE UNIT,AUTO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the INTERFACE UNIT, AUTO. The procurement aims to establish a contract for the repair services, requiring a Repair Turnaround Time (RTAT) of 60 days, with specific guidelines for inspection, acceptance, and quality assurance to ensure compliance with operational standards. This equipment is critical for military operations, and the contract will include options for increased quantities as needed. Interested contractors must submit their quotes by May 7, 2025, and can direct inquiries to Alexander Stimeling at 717-605-1383 or via email at ALEXANDER.STIMELING@NAVY.MIL.
    HAAS VF-6SS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking sources for the procurement of a HAAS VF-6SS machine tool, classified under the NAICS code 333517 for Machine Tool Manufacturing. This opportunity aims to identify potential suppliers capable of providing this specific equipment, which is crucial for various defense-related manufacturing processes. The performance of this contract will take place in Havelock, North Carolina, highlighting the importance of local suppliers in supporting defense logistics. Interested parties should reach out to Kevin Scholz at avnipemarketresearch@dla.mil for further information regarding this sources sought notice.
    Preventative and Scheduled Service for DMG Mori Machines
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
    70--TERMINAL,DATA PROCE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of a terminal data processor, identified by NSN 7H-7025-014732710, with a quantity of 75 units required. The procurement is critical as the government does not possess the necessary data or rights to purchase or contract the repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties must include their CAGE code in solicitation requests and can obtain relevant military and federal specifications through the DoD Single Stock Point. For further inquiries, interested firms should contact Heather A. Vanhoy at (717) 605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.