Wicks and Wilson C-400 Series Aperture Scanner Services
ID: N5523624Q0028Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

PSC

TECHNICAL REPRESENTATIVE- SPECIAL INDUSTRY MACHINERY (L036)
Timeline
    Description

    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking Wicks and Wilson C-400 Series Aperture Scanner Services. These services are intended for Southwest Regional Maintenance Center (SWRMC), Code 205C in San Diego, CA. The required services include CM-C400-DMC Depot Level Preventive Maintenance and CM-C400-SMC Annual Software Support for the existing Wicks and Wilson C-400 Series Aperture Scanner. The Crowley Company, the original equipment manufacturer (OEM), is the only authorized source to provide these services. Interested vendors must provide documentation indicating their capability to provide this product or equivalency. Responses must be submitted via email to kaylee.a.dicamillo.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil by 3:00 PM, PST, on December 8, 2023.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Optical Comparator Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for the procurement of Optical Comparator Systems, with a total of 27 units required under an indefinite-delivery, indefinite-quantity contract. The primary objective is to replace outdated calibration equipment essential for various test and measurement devices, ensuring operational readiness and compliance with military calibration protocols. The contract includes provisions for operator manuals, calibration certifications, and training services both within the continental U.S. and overseas, emphasizing the importance of effective system utilization. Proposals must be submitted by September 20, 2024, at 11:00 AM PDT, to Wendell Mendoza at wendell.l.mendoza.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Semi- Preventative Maintenance Service on the X-Ray Machine and Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for semi-preventative maintenance services on an X-Ray machine and enclosure. The contract requires the contractor to perform two maintenance visits per year, ensuring the X-Ray system's optimal functionality, which is critical for safety evaluations in aviation and weapons systems. Interested parties must submit their responses, including organizational details, to the Contract Specialist, Terry B. Clark, via email by 12:00 p.m. Central Standard Time on September 24, 2024. This opportunity is part of market research to determine procurement methods and may lead to small business set-asides or full and open competition.
    7B22 - NAVSUP WSS is anticipating the award of follow on 5 Year Basic Ordering Agreement (BOA) for the repair and spares coverage of the items identified in Attachment A (see attached).
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is anticipating the award of a follow-on 5-Year Basic Ordering Agreement (BOA) for the repair and spares coverage of specific items detailed in Attachment A. This procurement is critical as it involves flight-critical items that require Government source approval prior to contract award, with Northrop Grumman Systems Corp. being the only qualified source for these repairs. Interested vendors must submit the necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochure, to be considered for this opportunity. For inquiries, potential bidders can contact Peter Kobryn at 215-697-3972 or via email at peter.kobryn@navy.mil.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    61--AWIRT ASSY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the AWIRT assembly, identified by NSN 7R-6110-016102374-YR, with a quantity of 18 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources can participate in the bidding process, ensuring the quality and reliability of the parts. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted with all required data to be considered for award. For further inquiries, interested parties can contact Dina M. Wojciechowski at (215) 697-2198 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.