Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUP OF SHIPBUILDING GROTONGROTON, CT, 06340-4990, USA

NAICS

Ornamental and Architectural Metal Work Manufacturing (332323)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    This government file outlines a requirement for a contractor to manufacture and deliver specific submarine safety rail stanchions for the Naval Submarine Support Facility (NSSF) at SUB BASE New London, CT. The contractor must provide two Part number 26-1240-03, twelve Part number 20-1232-02, and six Part number 22-1246-14, all conforming to specified GK Mechanical Drawings. Delivery is FOB Destination, required Monday through Friday between 0700 and 1330 EST. The document also details stringent access requirements for contractor personnel without CAC or NCACS cards, including providing names for government sponsorship, presenting valid Real ID compliant identification, completing a SECNAV 5512/1 form for a background check, and undergoing the DBIDS enrollment process. The contractor assumes full liability for any delays or costs due to failed background checks or denied gate access. No government-furnished material will be provided.
    This government Request for Proposal (RFP) N6278926Q0008, issued by SUPSHIP Groton, seeks contractors to manufacture and provide specific GK Mechanical parts for the Naval Submarine Support Facility in Groton, CT. The solicitation, issued on December 8, 2025, with an offer due date of January 6, 2026, is a total small business set-aside under NAICS code 332323 (500-employee size standard). The contractor will supply two 26-1240-03 units, twelve 20-1232-02 units, and six 22-1246-14 units, along with shipping, all by August 14, 2026. The document outlines detailed requirements for manufacturing, delivery (FOB Destination), inspection, and acceptance, with payment handled electronically via Wide Area WorkFlow (WAWF). It also includes clauses on access to the submarine base, prohibited packing materials, and government points of contact.
    Lifecycle
    Similar Opportunities
    Bridle Air System Components
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals from qualified small businesses for the procurement of various stainless steel components for the Bridle Air System. The solicitation, identified as N62789-26-Q-0006, includes a range of items such as threaded pipe fittings, pipe nipples, and on/off valves, with specific requirements for materials and dimensions, to be delivered to SUBASE New London, Connecticut by March 13, 2026. This procurement is critical for maintaining operational readiness and functionality within naval systems, emphasizing the importance of high-quality materials and timely delivery. Interested offerors must submit their proposals electronically by December 18, 2025, at 5:00 PM EST, and can direct inquiries to Stephanie Brass or Stephanie Neale at the provided contact information.
    Notice of Intent to Sole Source - Manufacture of Manual Bus Transfer Unit
    Buyer not available
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    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.
    PERISCOPE SUBASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    Manual Bus Transfer (MBT) Cables
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the manufacture and delivery of various Manual Bus Transfer (MBT) cables for the Naval Submarine Support Facility (NSSF) in Groton, Connecticut. The procurement includes the production of six 50-foot, 400-amp three-phase cables, as well as multiple single-phase cables of varying lengths and specifications, all of which must adhere to military standards and include specific connectors. These cables are critical for ensuring reliable electrical connections in naval operations, highlighting their importance in supporting submarine maintenance and operations. Proposals are due by 5:00 PM EST on January 5, 2026, and interested contractors should submit their offers electronically to the designated contacts, Roland Parrilla and Stephanie Neale, at the provided email addresses.
    Hatch Casting Strip Heaters
    Buyer not available
    The Department of Defense, specifically the Supervisor of Shipbuilding in Groton, Connecticut, intends to award a sole source contract for the procurement of Hatch Casting Strip Heaters. The contract will involve supplying various components, including high-power mini-strip heater panels and extension cables, which are critical for naval operations. This procurement is being conducted under a Total Small Business Set-Aside, with a firm fixed price not exceeding $350,000, utilizing Simplified Acquisition Procedures. Interested parties must express their capability to meet these requirements by January 6, 2026, and can direct inquiries to Stephanie Brass or Stephanie Neale via their provided email addresses.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    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.
    Elevator Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.