Intent to Sole Source - Long Lead Time Material (LLTM) Procurement in Support of Repair, Maintenance and Modernization - US Navy Surface Ships
ID: N0002425F4436Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Q.E.D Systems, Inc. for the procurement of long lead time material (LLTM) necessary for the maintenance, repair, and modernization of various US Navy surface ships. This Basic Ordering Agreement (BOA) will encompass all aspects of sourcing, procuring, receiving, storing, and shipping LLTM, which is critical for the timely execution of maintenance activities on CG, DDG-51, DDG-1000, LCS, LHA, LHD, LPD, and LSD class ships. The proximity of Q.E.D.'s facilities to Navy Regional Maintenance Centers enhances the efficiency of LLTM support, ensuring rapid response and quality assurance, thereby preventing delays in meeting Navy maintenance requirements. Interested parties may submit exceptions to this sole source intent by the specified response due date; however, the Government is not obligated to consider these submissions. For inquiries, contact Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil or Kevin Becker at kevin.r.becker2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    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.
    Sole Source Justification for RDO Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR Norfolk, is issuing a sole source justification for contract N0018923CZ039, which pertains to RDO Support Services. This procurement aims to secure technical representative services related to containers, packaging, and packing supplies, which are critical for maintaining operational readiness and logistics support. The attached redacted Justification and Approval (J&A) document provides further details on the sole source decision. For inquiries, interested parties may contact Jacob Segal at jacob.a.segal.civ@us.navy.mil or by phone at 215-697-9813.
    Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract to GK Mechanical Systems LLC for the manufacture of submarine safety rail stanchions, essential components for the Naval Submarine Support Facility at SUB BASE New London, CT. The contract will require the production and delivery of specific parts, including two units of part number 26-1240-03, twelve units of part number 20-1232-02, and six units of part number 22-1246-14, all conforming to GK Mechanical Drawings, with delivery expected to be completed by August 14, 2026. This procurement is critical for maintaining the safety and operational readiness of submarine operations, and interested parties may submit capability statements by 5:00 PM EST on January 6, 2026, to the designated contacts at the Navy.
    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.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.