SOLICITATION NOTICE
66 -- SOLE SOURCE � TR-143A TRANSDUCERS
- Notice Date
- 5/20/2025 8:59:45 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425RGP87
- Response Due
- 7/14/2025 1:00:00 PM
- Archive Date
- 08/28/2025
- Point of Contact
- Kori Johnston
- E-Mail Address
-
kori.a.johnston.civ@us.navy.mil
(kori.a.johnston.civ@us.navy.mil)
- Description
- N0016425RGP87 � SOLE SOURCE � TR-143A TRANSDUCERS � PSC 6605 � NAICS 334511 Anticipated Issue Date: 10 JUNE 2025 � Anticipated Closing Date: 14 JULY 2025 � Time Eastern ITEM DESCRIPTION - Naval Surface Warfare Center, Crane (NSWC Crane) has a requirement to procure TR-143A Transducers, Part Number: 7146100-302. These transducers are utilized in the SP24 Trident Navigation Subsystem, supporting United States (U.S) Navy and United Kingdom (UK) Ballistic Missile Submarine Nuclear Powered submarines as part of the Navigation Subsystem Sonar. These transducers are used in coordination with TR-333 Hydrophones to receive signals from the ocean floor and to improve submarine launch accuracy. The transducers are manufactured items used as replacement assets during normal refit, replenish, and replacement operations for the SP24 Trident Navigation Subsystem and support U.S. Ohio and Columbia class submarines in addition to UK Vanguard and Dreadnought class submarines. The proposed contract action, a firm-fixed-price, Indefinite Delivery, Indefinite Quantity contract with a five-year ordering period, is for the supplies for which the Government intends to solicit and negotiate with one source, Massa Products Corporation, Hingham, MA 02043 (CAGE 88958), under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1(a)(2)(ii), only one responsible source. The requirement is being solicited on a sole source basis, because the supplies have been deemed to be available only from the original source in the case of a follow-on contract for the continued production of highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition or (B) Unacceptable delays in fulfilling the agency�s requirements. Additionally, the Government is pursuing a sole source procurement to mitigate associated certification costs and certification testing that can take up to thirty-six months to complete. Furthermore, if a potential vendor is not capable of meeting the certification requirements, there is high likelihood that ship schedules will be significantly impacted. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to the solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Questions or inquiries should be directed to Kori Johnston, Code 0221, e-mail kori.a.johnston.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd74b4bd5d634b91897c45d396684f1a/view)
- Record
- SN07449945-F 20250522/250520230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |