NOTICE OF INTENT TO SOLE SOURCE
ID: N00244-25-Q-0118Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, intends to award a Sole Source Firm-Fixed-Price contract to Phillips Corporation for the installation and rigging of a HAAS 5-Axis CNC Milling Machine at the Fleet Readiness Center West in Lemoore, California. This procurement requires the contractor to provide all necessary personnel, equipment, and materials to ensure the installation meets OEM specifications, with services performed exclusively by a certified Haas technician to maintain warranty compliance. The installation of this advanced milling machine is crucial for enhancing manufacturing capabilities, transitioning from a 3-axis to a more sophisticated 5-axis system. Interested parties may submit capability statements by March 21, 2025, to the primary contact, Yesica Lorena Burrill, at yesica.l.burrill.civ@us.navy.mil, with the understanding that this notice does not invite competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVSUP FLC San Diego document outlines a justification for a sole source procurement related to the acquisition of services for a Haas 5-Axis CNC Milling machine. Specifically, the justification asserts that only Phillips Corporation can provide the necessary installation and rigging services due to their exclusive distribution rights and certified technician requirement. The estimated cost for hiring a certified technician is $2,200, while the rigging service is projected at $32,000. The need for a specialized rigging crew stems from the machine's complexity and size, requiring certified personnel to avoid operational issues and warranty non-compliance. The request emphasizes that compatibility with existing systems is crucial, as the new 5-Axis machine will enhance manufacturing capabilities compared to the current 3-axis system. The document confirms that using Phillips Corporation is essential to mitigate potential risks, higher maintenance costs, and ensure compliance with manufacturer warranties. This justification aims to streamline the acquisition process while maintaining the integrity and performance of military operations.
    NAVSUP Fleet Logistics Center San Diego announces its intent to award a Sole Source Firm-Fixed-Price contract to Phillips Corporation for the installation and rigging of a HAAS 5-Axis CNC Milling Machine. This action is justified under FAR 13.106-1(b), citing only one viable source for the required services. The contractor must provide all necessary personnel, equipment, and materials to perform the installation, ensuring adherence to OEM specifications and preserving the warranty through services by a certified Haas technician. The announcement clarifies that this notice is not an invitation for competitive quotes or proposals; however, interested parties may submit capability statements by March 21, 2025. The government's decision regarding competition will be made at its discretion, emphasizing a streamlined procurement process for this specialized requirement.
    The Statement of Work (SOW) outlines the requirements for the installation and rigging of a 5-axis CNC Milling Machine at the Fleet Readiness Center West (FRCW) in Lemoore, California. The contractor must provide all necessary equipment, such as delivery vehicles and rigging tools, to unload and place the 30,000lb machine into its designated position. A Haas Certified Technician is mandatory for the installation, which must comply with OEM specifications. The FRCW will handle packaging disposal and grant the contractor access to the work site upon receipt of necessary access request forms. The contractor is allotted 30 working days to schedule the service and 90 working days to complete the installation after contract award. This SOW reflects the government's commitment to maintaining operational capabilities through proper equipment installation and illustrates the specific requirements and timelines for service performance.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Intent to Sole Source: HAAS CNC Preventative Maintenance and Repair Service
    Buyer not available
    The Department of Defense, specifically the 355th Contracting Squadron, intends to initiate a sole-source procurement for comprehensive preventative maintenance and repair services for six HAAS Brand CNC machines located at the 309th Aerospace Maintenance and Regeneration Group (AMARG) complex in Tucson, Arizona. The contractor will be responsible for providing all necessary tools, equipment, personnel, and management to ensure the effective maintenance of these machines, which are critical for aerospace maintenance operations. This procurement action is justified under FAR Part 13.106-1(b) as HAAS, Inc. is the original equipment manufacturer, and only they, along with their authorized distributor, can provide the required certified services. Interested firms wishing to contest this sole-source designation must submit an interest letter by March 17, 2025, to Contracting Officer Patricia Murray at patricia.murray.6@us.af.mil or by phone at (520) 228-3095, as the Government retains discretion on whether to proceed with competitive procurement based on the responses received.
    J--Services to repair, Mitsui Seiki Horizontal Machining System.
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to issue a sole source order to Mitsui Seiki (USA) Inc. for services to repair a Mitsui Seiki Horizontal Machining System. This system is used by the Fleet Readiness Center-Southwest in San Diego, CA. Interested parties must submit their ability to satisfy this requirement via email by Friday, 29 April 2016 at 1:00 PM (PST). The North America Industry Classification System Code is 811310 and the applicable business size is $7.5 million. Mandatory terms and conditions of Federal Acquisition Regulation FAR and DFAR clause will apply to the anticipated award wherever applicable.
    VERTICAL MILLING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for a vertical milling machine and associated services, specifically set aside for small businesses, including service-disabled veteran-owned enterprises. Offerors are required to submit their quotations in response to solicitation number SPMYM4-25-Q-0297, which outlines the necessary equipment, parts, and services, along with criteria for technical acceptability, delivery timelines, and pricing structures. This procurement is crucial for maintaining operational capabilities within the defense sector, emphasizing compliance with federal regulations and timely delivery of high-quality materials. Interested parties must submit their offers by 11:00 AM on March 17, 2025, and direct any inquiries to Mrs. Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.
    TRAK K3MRX Knee Mill by Southwest Industries, Inc
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The DEPT OF DEFENSE - DEPT OF THE NAVY, specifically the NAVSUP FLT LOG CTR NORFOLK, intends to award a Sole Source Firm Fixed Price Contract to Southwest Industries, Inc. for the TRAK K3MRX Knee Mill. This notice of intent is not a request for proposals or quotations. Any challenges to this sole source must be sent in writing to morgan.l.mcdaniel6.civ@us.navy.mil. The Government will consider challenges that provide information on an equivalent service that meets their needs. The decision to compete the requirement is at the discretion of the Government.
    Hexagon MyCare Premium Subscription HMA
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center East (FRCE) in Cherry Point, North Carolina, intends to award a sole-source contract to Hexagon Manufacturing Intelligence (HMI), Inc. for a MyCare Premium Subscription and Hardware Maintenance Agreement. This procurement aims to secure essential maintenance and support services for twelve Coordinate Measuring Machines (CMMs) and seven Leica Laser Portable Trackers, which are critical for ensuring the operational readiness of precision measurement equipment used in naval aviation. The services will include annual calibration, preventative maintenance, repair labor, and parts coverage, all vital for maintaining the equipment's performance and minimizing downtime. Interested parties may submit capability statements to Jenna Lang at jenna.l.lang2.civ@us.navy.mil within seven calendar days of this notice, although this is not a request for competitive quotes.
    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.
    HYDMECH V-18-45 Vertical Mitering Semi-Automatic Band Saw
    Buyer not available
    The Department of Defense, specifically the Commander of the Department of the Navy, is soliciting quotes for the procurement of a HYDMECH V-18-45 Vertical Mitering Semi-Automatic Band Saw under a Total Small Business set-aside. This procurement is essential for replacing existing equipment at the Marine Depot Maintenance Command, which requires a like-for-like replacement due to the specialized features of the HYDMECH saw, including its vertical cutting design and variable blade speed, crucial for precise industrial applications. Interested vendors must comply with specific technical requirements, including a voltage of 440V, three-phase, and are required to submit their quotes by the specified deadline, with a delivery date anticipated for April 30, 2025. For further inquiries, potential offerors can contact Jonathan Sanchez at jonathan.n.sanchez@usmc.mil or by phone at 229-639-6817.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    COMPETITIVE – Commercial Machine Shop Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking qualified vendors for the maintenance of commercial machine shop equipment. This procurement aims to ensure the operational readiness and reliability of essential machinery used in various defense-related manufacturing processes. The maintenance services are critical for sustaining the functionality of equipment that supports military operations and production capabilities. Interested parties should contact Colton Rollins at colton.l.rollins.civ@us.navy.mil or call 812-227-9050 for further details regarding the presolicitation notice.