NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
ID: M67854-24-Q-1056Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILE COMPONENTS (1420)
Timeline
    Description

    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Systems Command (MCSC) intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for spare parts to sustain the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This decision is based on the lack of technical data rights for critical subsystems, which prevents competitive procurement as per Federal Acquisition Regulation guidelines. The anticipated contract award is projected for the second quarter of fiscal year 2025, with performance running from February 2025 to March 2027. Interested parties may submit capability statements within 15 days of this notice; however, the government retains discretion over whether to pursue competition based on responses received. The document emphasizes that it is not a commitment to procure and that costs incurred in response to this notice are not reimbursable. The points of contact for this acquisition are provided for interested contractors to correspond with MCSC. Overall, the purpose of this notice is to inform stakeholders about the upcoming sole-source contract and gauge potential interest from other parties.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to enter into sole-source negotiations with Kongsberg Defence & Aerospace AS for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control System and Weapon Control System subsystems. This procurement arises from the U.S. Government's lack of technical data rights necessary for competitive bidding, as outlined in the Federal Acquisition Regulation, making Kongsberg the only responsible source capable of fulfilling the requirements. The contract is expected to be awarded in the second quarter of fiscal year 2025, with a performance period from February 2025 through March 2027. Interested parties may submit capability statements within 15 calendar days of this notice, and all communications should be directed to Tessanna H. Curtis at tessanna.curtis@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    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.
    53--LEVER,MANUAL CONTRO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 16 units of a manual control lever, identified by NSN 1H-5340-015128686-X3, through a presolicitation notice. The procurement is intended for supplies that will be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. This procurement is critical as it involves specialized hardware that the government cannot economically reverse engineer or source from multiple suppliers, thus necessitating a sole-source acquisition. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice, and they may contact Melissa A. Furness at (717) 605-7821 or via email at melissa.furness@navy.mil for further information.
    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.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 18 units of an electronic component identified by NSN 7H-5998-015577217. The procurement is based on a presolicitation notice indicating that the Government intends to negotiate with only one source due to the unavailability of data or rights necessary for competitive procurement, making reverse engineering uneconomical. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice. For further inquiries, potential vendors can contact Julie Smith at (717) 605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
    14--SYNCHRONIZER,ELECTR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure five units of the synchronizer, part number G710592-2, under a presolicitation notice. The procurement is limited to one source due to the unavailability of data and rights necessary for competitive sourcing, as it involves unclassified but militarily sensitive technology. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of the notice, with proposals being considered for award if they meet qualification requirements. For further inquiries, interested vendors can contact Jacob Davis at (717) 605-4237 or via email at JACOB.T.DAVIS18.CIV@US.NAVY.MIL.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is based on a sole-source justification under FAR 6.302-1, as the Government does not own the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. This component is critical for maintaining operational capabilities, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, potential vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole-source contract from MPC Products Corp for a five-year repair Basic Ordering Agreement (BOA) related to the F-18 aircraft. This procurement is necessary as MPC Products Corp is the Original Equipment Manufacturer (OEM) and the sole source for the required repair support, given the government's lack of proprietary data for alternative sources. The solicitation process will invite capability statements or proposals from interested parties, although it is not a competitive procurement, with submissions due by November 9, 2024. Interested vendors should contact Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details and must submit their qualifications electronically, as physical copies will not be provided.