SHIP TO SHORE CONNECTOR (SSC) MAINTENANCE TRAINING SYSTEMS
ID: N6134024R0023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

PSC

TRAINING AIDS (6910)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking potential sources to replace the Landing Craft Air Cushion (LCAC) family of trainers with the new Ship to Shore Connector (SSC) craft training solutions at training sites in Virginia Beach, VA and Camp Pendelton, CA. The estimated value of this effort is $10,000,000.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request For White Papers: ACV Suite of Training Systems (STS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking white papers for the development of the Amphibious Combat Vehicle (ACV) Suite of Training Systems (STS). This initiative aims to design, develop, and deliver advanced training solutions, including an Electronic Classroom, Diagnostic Task Trainer, and Part Task Trainer, to enhance the training capabilities for ACV operators and maintainers. The project is significant for modernizing the training infrastructure of the U.S. Marine Corps, leveraging advanced technological solutions to improve operational readiness. Interested vendors must submit their white papers detailing their approach, software development strategies, and pricing estimates, with a total estimated funding of $6-12 million. The submission process is set to begin in fiscal year 2025, with implementation planned for 2026. For further inquiries, contact Jacob Garner at jacob.garner@usmc.mil or Shanna Laging at shanna.laging@usmc.mil.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares. This procurement is for up to 84 LCAC 100 Class MT7 production engines, 21 engine installation kits, and 20 LCAC 100 Class MT7 spare engines. The contract will be awarded to Rolls-Royce Corporation on a sole-source basis, as they are the sole manufacturer of the LCAC 100 Class MT7 Engine and its installation kits. The procurement will be conducted under FAR Part 12 Commercial Items procedures. Interested companies should contact Rolls-Royce Corporation directly.
    USS EMORY S. LAND Rescue Boat Davit
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified businesses to supply an Allied Systems Company's brand Rescue Boat Davit (P/N: D6700FCTS) for the USS EMORY S. LAND (AS-39). This procurement is part of the Navy's efforts to enhance operational capabilities, with the delivery expected at the MSC BATS Warehouse in San Diego, CA. The Sources Sought Notice aims to identify small business sources, particularly Service-Disabled Veteran-Owned, HUBZone, and Certified 8(a) firms, to assess market capabilities and determine the best acquisition method. Interested parties must submit a brief capabilities package by October 18, 2024, and can direct inquiries to Edward Yarbrough at edward.b.yarbrough.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.
    Support Ship for Naval Surface Warfare Center – Panama City
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking responses for a Sources Sought Notice (SS-25-001) to procure one U.S.-flagged, Jones Act vessel to support operations at the Naval Surface Warfare Center in Panama City, Florida. The vessel will be utilized for various at-sea operations, including mine deployment and recovery, towing vehicles, supporting remotely operated vehicle (ROV) operations, and monitoring activities, requiring specific operational capabilities such as minimum draft and beam, high transit speeds, and sufficient deck space. This procurement is crucial for enhancing national defense efforts through maritime support capabilities, with the performance period set from November 13, 2025, to November 12, 2026, and options extending through October 2030. Interested companies must submit detailed information regarding their capabilities and costs by the response deadline of October 23, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further inquiries.
    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.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, and material procurement. This procurement is crucial for ensuring the operational readiness and maintenance of naval vessels, with the work to be conducted at locations on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    CH-53K CFTD TECH REFRESH PHASE III
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors for the technical refresh of the Containerized Flight Training Device (CFTD) 2F243-1 at Marine Corps Air Station New River. The project aims to enhance the training capabilities for CH-53K pilots and copilots by updating the device to simulate various operational scenarios, including emergency procedures and tactical maneuvers. This CFTD is vital for ensuring pilots are adequately prepared for real-world situations, and the modifications will include improvements in aircraft communications and navigation systems. Interested contractors should respond with their capabilities, delivery schedules, and relevant experience by adhering to the submission guidelines outlined in the Sources Sought Notice. The anticipated contract, which will be awarded under a firm-fixed-price model, is expected to be finalized in October 2025. For further inquiries, potential bidders can contact Xavier Rojas at xavier.e.rojas.civ@us.navy.mil or Erin Young at erin.b.young.civ@us.navy.mil.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines and Installation Kits
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a Firm Fixed Price contract for the procurement of up to 12 MT7 Turboshaft production engines and 3 installation kits, specifically from Rolls-Royce Corporation. This procurement is critical as the MT7 Turboshaft engine is the sole power source for the Landing Craft, Air Cushion (LCAC) 100 Class, and the contract will be negotiated on a sole-source basis due to Rolls-Royce being the exclusive manufacturer. Interested parties seeking subcontracting opportunities should reach out to Rolls-Royce directly, while inquiries regarding the contract can be directed to Contract Specialist Derek Shirley at derek.s.shirley.civ@us.navy.mil or Contracting Officer Linda C. Squires at linda.c.squires.civ@us.navy.mil. The contract action is expected to be conducted under FAR Part 12, focusing on the acquisition of commercial products and services.
    Two (2) 150T Mobile Boat Hoists, JEB Little Creek and Pearl City Peninsula
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Atlantic, is seeking potential sources for the procurement of two 150 metric ton mobile boat hoists intended for use by the Naval Special Warfare Command at locations in Virginia Beach, VA, and Pearl City, HI. The hoists must meet specific design and performance criteria suitable for outdoor operations, and this notice serves as a market research tool to identify both large and small businesses capable of fulfilling these requirements. Interested companies are encouraged to submit detailed information, including their business capabilities and experience with mobile boat hoists, by November 7, 2024, to assist the government in determining the potential for set-asides or competitive measures. For further inquiries, interested parties may contact Priscilla Gula at Priscilla.l.gula.civ@us.navy.mil or Lisa Sumpter at lisa.a.sumpter.civ@us.navy.mil.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.