Notice on intent to Sole Source- Marine Systems Inc
Type: Special Notice
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONUS

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) intends to award a Sole Source purchase order to Marine Systems Inc. for EMD generators, as part of its General Supplies and Services (GSS) procurement. This acquisition is justified under FAR 13.106(b)(i) due to Marine Systems Inc. being the sole authorized distributor for Progress Rail/Electro-Motive (EMD) on the West Coast, providing essential and proprietary parts critical for island power generation and national security operations. The estimated annual value of this procurement is $78,888.15, and interested parties who believe they can meet the requirement must submit their information to Nancy Seale at nancy.seale@gsa.gov by 4:00 PM EST on December 12, 2023, as this notice serves informational purposes only and a solicitation will not be made available.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a justification for not using full and open competition for a federal acquisition, as per FAR 6.301(a). The acquisition is for parts for Electro-Motive (EMD) engines used in power and marine applications, with an estimated annual value of $78,888.15. Marine Systems Inc. is identified as the sole authorized distributor for Progress Rail/Electro-Motive (EMD) on the West Coast, providing genuine and proprietary EMD parts. The critical nature of these parts for island power generation, airfield operations, and national security, powering radar and essential site operations, necessitates their exclusive use. The document emphasizes that only OEM UTEX parts offer extended life cycles and dependable service, unlike aftermarket materials that cause performance deficiencies. Market research confirmed Marine Systems Inc.'s unique position as the authorized distributor. This justification supports the use of a sole-source acquisition due to the proprietary nature of the parts and the contractor's exclusive distributorship.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice Of Intent To Award Sole Source - Aviation Devices and Electronic Components L.L.C.
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract to Aviation Devices and Electronic Components L.L.C. for the procurement of the P-8A Aircraft Antenna Gasket on behalf of the United States Naval Air Systems Command (NAVAIR). This specialized gasket, designed for the P-8A Poseidon military aircraft, is a pre-cured, conductive polyurethane foam matrix with an integrated aluminum mesh frame, essential for ensuring critical electrical bonding and compliance with military standards. Interested parties that believe they can meet the requirements must submit their responses, supported by clear evidence of capability, by December 22, 2025, to the primary contact, Antwoine Griggs, at antwoine.griggs@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov. This notice is not a request for quotes or proposals, and the government will not be responsible for any costs incurred by responding to this notice.
    TACOM Tecmotiv M60A Engines
    General Services Administration
    The General Services Administration (GSA) is seeking to procure M60A engines through a limited source justification under FAR Part 8.405-6. This procurement is designated as a one-source acquisition, indicating that the engines are required for specific operational needs, likely related to military or defense applications. The engines will be utilized in vehicular applications, emphasizing their importance in maintaining operational readiness and support for military equipment. Interested vendors can reach out to Melissa Mae Salvatore at melissa.salvatore@gsa.gov or call 817-850-8273 for further details regarding this opportunity.
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Synopsis Navy Repair LTC A024596
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole source Request for Quotation (RFQ) for the procurement or repair of 990 units of GENERATOR, DIRECT CU (NSN: 7R6115017015827, P/N: 766101B) from Hamilton Sundstrand Corporation. This procurement is critical as it supports the Navy's operational capabilities, with the generators being essential for various applications within the fleet. The solicitation is expected to be released on December 18, 2025, with a closing date of January 17, 2026, and interested parties are encouraged to submit their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil for consideration, although the procurement will not be delayed for Source Approval Requests from unapproved firms.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    Notice of Intent to Sole Source - Manufacture of Manual Bus Transfer Unit
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract for the manufacture of one Manual Bus Transfer (MBT) Unit and two Pad Lockable Cam Covers to ESL Power System, Inc. This procurement is set aside for small businesses and requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, with delivery to the Naval Submarine Support Facility in Groton, CT, required by November 6, 2026. Interested parties may submit capability statements demonstrating their ability to meet the specifications by January 5, 2026, and should direct inquiries to Andrea Cook or Stephanie Neale via the provided email addresses.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Sole Source; Tank, Mixed Resin & Filters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Drew Marine USA Inc. for the procurement of tank mixed resin and water and fluid filters. This procurement is essential as Drew Marine USA Inc. is the original equipment manufacturer (OEM) and possesses the proprietary knowledge and specialized capabilities necessary to meet the Coast Guard's requirements, ensuring compatibility and performance. Interested parties who believe they can fulfill these requirements may submit a capability statement to Chad Ball at chad.a.ball@uscg.mil by the specified deadline, although this notice is not a request for competitive proposals. The procurement is being conducted under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can satisfy the agency's needs.