Notice of Intent: Hocking Shipyard Caven Point Services
ID: W912DS24S0017Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    Notice of Intent: Hocking Shipyard Caven Point Services

    The Department of Defense, specifically the Department of the Army, through the W2SD ENDIST NEW YORK office, has issued a Special Notice for the procurement of ship repair services at the Hocking Maintenance Shipyard.

    The services required include the following items: a. Paint/Coating System: Sherwin-Williams Product Line ($46,000) - This includes Sherwin-Williams Duraplate 235, Sherwin-Williams Antifouling 121, Sherwin-Williams Armortile B67B-100, and Sherwin-Williams Steel Master. b. Integrated navigation software: Rose Point Electronic Charting Software ($2,600) c. Navigation system upgrades: Furuno SC-70 Satellite Compass/Antenna ($4,295) d. Furuno Antenna Cable (item 001-524-1000) ($225) e. PYI Shaft Seals (Serial # 02-212-400)

    These items and services are essential for the maintenance and repair of ship and marine equipment.

    This notice of intent serves as a preliminary announcement and is not a formal solicitation or request for proposal. The government intends to make a sole source award under the authority cited in Federal Acquisition Regulation 6.302-1, as there is only one responsible source and no other supplies or services will satisfy the agency requirements.

    Vendors who wish to propose an alternative source must provide all relevant data demonstrating how the alternative source satisfies the requirements mentioned above to Monica Coniglio at Monica.N.Coniglio@usace.army.mil by the required due date and time.

    Please note that this is not a request to respond to a solicitation.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    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.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a Sole Source contract to DeVal Life Cycle Support LLC for the procurement of Munitions Trailers, part number MHU-191, essential for outfitting U.S. Navy ships. This acquisition is justified under FAR Part 13 - Simplified Acquisition Procedures, citing the urgency and the exclusive licensing agreement that makes DeVal the only authorized provider and remanufacturing facility for these transporters since 1981. The Munitions Transporters are critical for securely storing and transporting munitions on Navy vessels, and the procurement is necessary to maintain operational efficiency without delays. Interested parties may contact Christopher P. Ramsden at christopher.p.ramsden2.civ@us.navy.mil or John Williams at john.r.williams95.civ@us.navy.mil for further information, although this notice is not a request for competitive proposals.
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.
    Maintenance, Repair, and Preservation of YFN-1217
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking industry capabilities for the maintenance, repair, and preservation of the Covered Lighter Barge YFN-1217. The procurement involves comprehensive tasks such as hull repairs, system upgrades, and adherence to strict safety and environmental regulations, with work to be performed at the contractor's facility located within the Puget Sound region of Washington. This opportunity is critical for maintaining the operational readiness and structural integrity of naval vessels, reflecting the importance of high-quality workmanship in military marine operations. Interested companies must submit a notice of interest by 12:00 PM PT on August 21, 2024, to the designated contacts, Chloe Vernet and Chris Davidson, with further details outlined in the sources sought announcement.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Sole Source Notification to Universal Sonar Mount. An upgrade to the Universal Sonar Mount hardware currently owned by Naval Post Graduate School
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole source contract to Universal Sonar Mount or an authorized dealer for an upgrade to the Universal Sonar Mount hardware currently used by the Naval Postgraduate School. The Navy requires an upgrade to the existing Universal Sonar Mount's transducer pole and base unit. Specifically, they need a teardrop-shaped mount to attach to the Kongsberg EM2040-07 transducer. This hardware will be installed on watercraft to support the Oceanography Department's courses, student research, and the Technical POC's programs. The contract, valued at an estimated cost of around $25,000-$50,000, would be a firm fixed-price agreement. The Navy intends to award the contract by the end of September 2024. Universal Sonar Mount or an authorized dealer with the necessary hardware and ability to fulfill the upgrade requirements is eligible for this opportunity. Interested parties should contact Sheri Bunn-Markryd at sheri.k.bunn-markryd.civ@us.navy.mil for further information.
    FERRY BOAT -814 REPAIR & MAINTENANCE-WEST POINT
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is soliciting quotes for the maintenance and repair of the USAV Ferry Boat 814. This procurement is specifically aimed at small businesses, including those owned by service-disabled veterans, and encompasses a range of services including hull cleaning, painting, and repairs to various systems, all in compliance with U.S. Coast Guard regulations and Army technical bulletins. The contract is vital for ensuring the operational readiness and safety of marine assets, with a performance period from September 25, 2024, to March 13, 2025. Interested vendors must submit their proposals by September 13, 2024, and are required to attend a mandatory site visit on August 15, 2024, for which they must register in advance. For further inquiries, potential offerors can contact Maureen Flanagan at maureen.a.flanagan2.civ@army.mil or by phone at 845-938-4490.