Fronius Wire Arc Hybrid Manufacturing (WAHM) system
ID: N68335-25-Q-0175Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Welding and Soldering Equipment Manufacturing (333992)

PSC

MODIFICATION OF EQUIPMENT- METALWORKING MACHINERY (K034)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure a Fronius Wire Arc Hybrid Manufacturing (WAHM) system on a sole-source basis from Phillips Corporation, Federal Division. This procurement aims to integrate the WAHM system into an existing Haas VF-5 Vertical Mill, which is critical for enhancing manufacturing capabilities at NAWCAD Lakehurst, NJ. The acquisition is being conducted under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, emphasizing the specialized nature of the equipment required. Interested parties may submit responses within ten days of this notice, although no solicitation package will be available, and the decision to open the requirement to competition rests solely with the Government. For further inquiries, contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or call 240-577-5754.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.
Instron Hydraulic Wedge Grip System
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure a Hydraulic Wedge Grip System from Instron on a sole-source basis for use in the Environmental Test Laboratory within the Prototype, Manufacturing, and Test Division. This procurement is essential for measuring, displaying, and controlling industrial process variables, which are critical for various testing and evaluation processes. The contract will be awarded under the authority of 10 USC 3204(a)(1) as implemented in FAR 6.302-1, and while no solicitation package will be available, responses from interested parties will be considered within fifteen days of this notice. For further inquiries, interested vendors can contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
MHU-83D Munitions Handling Units
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure ten (10) MHU-83D Munitions Handling Units to support the F/A-18 Division. The procurement will be conducted on a sole source basis with Hydraulics International, Inc., the Original Equipment Manufacturer, due to their unique technical expertise and production-level data necessary for these components. These munitions handling units are critical for aircraft ground servicing operations, ensuring the effective management and handling of munitions. Interested parties may submit responses within fifteen days of this notice, and must be registered in the System for Award Management (SAM) to be considered; for further inquiries, contact Heavens Mulvaney at heavens.d.mulvaney.civ@us.navy.mil or Daniel O'Donnell at daniel.p.odonnell17.civ@us.navy.mil.
Curtiss-Wright brand name VPX3-1260 hardware
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure VPX3-1260-A14DL90 hardware, which will be awarded on a sole source basis to Curtiss-Wright. This procurement is essential for fulfilling specific operational requirements and will be conducted under the authority of FAR 13.106-1 (b) (1) (i), indicating that the government intends to negotiate with only one source. The hardware is critical for high-performance computing applications within the IT and telecom sectors. Interested parties with questions regarding this notice should reach out to Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
CUTTER HAWSEPIPE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cutter Hawsepipe, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance standards and involves the provision of specialized materials and components, including various parts that must meet specific military specifications and undergo rigorous testing and certification processes. This procurement is essential to ensure the reliability and safety of naval operations, as the materials involved are designated as special emphasis material due to their critical nature. Interested vendors should contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL for further details, with the expectation of a contract award within the next year.
1680-N0038325Q223F-FMS Repair
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure three electro-mechanical actuators under the solicitation titled '1680-N0038325Q223F-FMS Repair.' This opportunity is being offered on a sole source basis, as the government lacks sufficient data to contract with any source other than the current supplier, which is critical for maintaining operational readiness. The procurement is subject to various trade agreements, and potential vendors must obtain government source approval prior to award, with specific documentation required for consideration. Interested parties should direct inquiries to Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil, ensuring compliance with all outlined requirements to facilitate a smooth procurement process.
FMS H-60 Support Equipment
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure specific support equipment for the Foreign Military Sales H-60 Aircraft program. The procurement is limited to the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, and their authorized distributor, HABCO Industries, LLC, for items including the Stabilator Repair Set and IVHMS Accelerometer Test Set, which are critical for maintaining the operational readiness of H-60 aircraft. This Sources Sought notice is intended to identify interested parties capable of providing these specialized items, with no commitment from the Government to issue a solicitation or award a contract. Interested parties may submit a capabilities statement to Duane Hines at duane.m.hines.civ@us.navy.mil by the closing date, although the Government will not pay for any responses received.
53--STANDOFF,PLAIN,SNAP
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as the STANDOFF, PLAIN, SNAP, with NSN 7R-5340-014258390-XE, from L3HARRIS TECHNOLOGIES INC. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, and is specifically intended for a Foreign Military Sales (FMS) buy for Australia. This procurement is critical as the item is proprietary to the Original Equipment Manufacturer (OEM), and no drawings or data are available for alternative sourcing, necessitating a sole source acquisition under 10 U.S.C. 2304(c)(1). Interested parties must submit their capability statements to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil within 15 days of this notice, with proposals accepted for consideration up to 45 days post-notice.
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.
Build-to-Print Wedge and Plug
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for a Firm Fixed Price Purchase Order for the production of build-to-print Wedge and Plug units, specifically identified by part numbers 1214D3300 and 1214D3301-1. This procurement is a total small business set-aside under NAICS Code 332710 (Machine Shops), and it requires compliance with specific welding and manufacturing standards, including the submission of Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for certification. The goods are critical for tactical applications within the Navy, and interested vendors must have an active registration in SAM and provide a valid DD2345 JCP Certification Form to access technical drawings. Quotes are due by March 24, 2025, at 2:00 PM EDT, and should be submitted electronically to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.