Notice of Intent UBM Maintenance Services
ID: W50S8R24R5038Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, USA

NAICS

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

    The Department of Defense, specifically the 179th Cyberspace Wing based in Ohio, intends to award a sole-source contract to M.I.C. Industries. The company is the exclusive provider of the Ultimate Building Machine (UBM), a proprietary system requiring specialized maintenance.

    The scope of work for this contract includes a diagnostic review and evaluation inspection of a UBM 120 machine. M.I.C. Industries will compile a comprehensive list of parts required for the machine's optimal function, aiding the government in future maintenance and repairs.

    Due to M.I.C. Industries' unique expertise and past successful collaborations, the government plans to award them the contract without a competitive procurement process. The certification for this sole-source procurement is provided by Contracting Officer Jeffrey C. Snyder. To ensure transparency, the government invites written responses from potential competitors, demonstrating their capability to provide the required services. This step aims to ascertain whether a competitive market exists.

    The evaluation criteria will be based on the clarity and conciseness of the written responses, which must be submitted by email before the deadline. Responses must showcase the applicant's ability to fulfill the required services.

    Interested parties should direct any inquiries to Jeffrey Snyder at jeffrey.snyder.20@us.af.mil, ensuring that all communication is in writing. The submission deadline is August 6th, 2024, at 1:00 PM EST.

    This opportunity is funded by the U.S. government, with financial details to be confirmed. The contract type is expected to be firm-fixed price.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks the expertise of M.I.C. Industries, the sole provider of the proprietary Ultimate Building Machine (UBM), to conduct a thorough evaluation and diagnostic review of the machine. The aim is to compile a comprehensive list of essential parts and repairs needed for the machine's optimal function. Given M.I.C. Industries' exclusive rights over UBM technology, and the successful sole-source acquisitions in the past, the government intends to sole-source this contract. However, efforts will be made to remove barriers to competition for future acquisitions. The contracting officer, Jeffrey C. Snyder, certifies the accuracy of this justification and the need for sole-source procurement.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Solicitation - Extrusion Press Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking to award a sole source contract for the refurbishment of Extrusion Presses from Fulton Iron Manufacturing, LLC. This procurement is being pursued under the authority of 10 USC 2304(C)(1), indicating that only one responsible source can meet the agency's requirements, and it is not open for competitive proposals. The refurbishment of these machines is critical for maintaining operational capabilities in materials handling, which is essential for various defense applications. Interested parties are encouraged to submit their organization details and capabilities to Sara Cooper via email by September 13, 2024, to be considered for future competitive procurement opportunities.
    16--ELECTRONIC CONTROLL
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support branch, plans to issue a sole-source contract for an electronic control unit. The NSN is 7R-1680-015854855-P8, quantity 1 EA, with delivery terms set at FOB origin. The Navy intends to solicit Marotta, the Original Equipment Manufacturer, as the only known source for the spare part in question, although other responsible sources may submit capability statements for consideration. The approval process for new manufacturers applies, but the procurement will not be delayed for this. The NAICS code is 336413, and the FSC is 1680. The planned contract will be issued under the procedures outlined in FAR Part 12. Interested parties should submit their capabilities and qualifications by email, with a 45-day response window (30 days if issued under a Basic Ordering Agreement). The RFP will be posted on NECO, with an anticipated award date of October 2024. For clarity, potential offerors should direct any queries to MICHAEL J. BROWN at the provided email or phone number: MICHAEL.J.BROWN43@NAVY.MIL or (215)697-3765.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    Multiple Support Equipment Items for FMS Czech Ministry of Defense
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to issue a Sole Source, Fixed Price contract for multiple support equipment items required by the Czech Republic Ministry of Defense. The procurement includes an Ultrasonic Flaw Detector, an Ultrasonic Transducer Kit, and an Eddy Current Flaw Detector, all of which are critical for the H-1 Program. Evident Scientific is the sole source for these items, as they are the only developer and manufacturer with the necessary technical expertise and data to fulfill the requirements. Interested parties may contact Shelby Weldon at shelby.l.weldon2.civ@us.navy.mil for further information, noting that this notice is not a request for competitive proposals and the government is not obligated to solicit or award a contract.
    Mobile Automated Scanner Systems (MAUS) RM and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the Remedial Maintenance and Calibration of Mobile Automated Scanner Systems (MAUS) at the Oklahoma City-Air Logistics Complex (OC-ALC). This procurement is a Sole Source requirement directed to NDT Solutions, LLC, emphasizing the need for specialized services to ensure the operational readiness of these critical systems. The contract will be a Firm Fixed Price arrangement, requiring bidders to submit comprehensive quotes that include all associated costs, such as shipping and taxes. Interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil, with no quotes accepted until the official solicitation is posted.
    CNC Milling Machine - Intent to Sole Source Award
    Active
    Dept Of Defense
    The Department of Defense, specifically the 56th Contracting Squadron at Luke Air Force Base in Arizona, intends to award a sole source contract for a Haas 5-axis UMC-750 Milling and CNC Machine to Phillips Corporation Inc. This procurement is justified under Simplified Acquisition Procedures, as Phillips Corporation is the exclusive distributor for Haas CNC Machine Tools to U.S. Government facilities, ensuring compatibility with existing machinery and operational efficiency. The estimated contract value is $192,575, and the primary contacts for this opportunity are TSgt Jirah Lackings and TSgt Terrel Cloud, who can be reached at jirah.lackings@us.af.mil and terrel.cloud@us.af.mil, respectively. This notice serves as an intent to award and is not a request for competitive proposals.
    Sole Source Notice for 30 CES/CEO Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 30th Civil Engineering Squadron at Vandenberg Space Force Base, intends to issue a sole-source contract for the repair of a Cummins generator, which is critical for providing emergency backup power to the 21st Space Operations Squadron. The procurement requires a certified Cummins technician to diagnose and repair the generator's Human Machine Interface using proprietary software, as the generator is currently inoperable. This service is essential for maintaining operational readiness and ensuring the reliability of emergency power capabilities. Interested parties must submit their letters of interest by September 13, 2024, at 1 p.m. PST, to the primary contact, Chris Hummel, at christopher.hummel.6@spaceforce.mil, with the understanding that the government will consider all proposals received within 15 days of the notice publication.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.