SPECIAL NOTICE
16 -- Special Notice of Sole Source
- Notice Date
- 8/22/2025 10:59:39 AM
- Notice Type
- Special Notice
- NAICS
- 327993
— Mineral Wool Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024425QS112
- Response Due
- 8/26/2025 3:00:00 PM
- Archive Date
- 09/10/2025
- Point of Contact
- MICHELLE MUNIZ, Phone: 6195565529
- E-Mail Address
-
michelle.a.muniz.civ@us.navy.mil
(michelle.a.muniz.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A NOTIFICATION OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm-fixed-price (FFP) contract to DUTCH VALLEY SUPPLY CO., 970 Progress Center Ave, Lawrenceville, Georgia 30043. Under the authority of FAR 13.106(1) only one responsible source and no other supplies or services will satisfy agency requirements. This requirement is in support of Assaulkt Craft Unti Five (ACU-5). ACU-5 Aircraft Insulation Blankets for the LCAC ETF40B main propulsion engines to safeguard adjacent structural and electronic components from high exhaust gas temperatures of 1250� f. The ETF40B engines (four each per LCAC) cannot be operated without these insulation blankets in place. Items meet the minimum requirements of the government IAW the technical manual for main propulsion engine model etf40b exhaust collector insulation blankets, NAVSEA 5750011F, for landing craft air cushion. They must also be rigorously tested IAW with the Navy�s Main Propulsion Technica Manual. The listed materials and requirements are necessary to support NOMWC's Ivers systems. The anticipated date of award of this action is on or before 27 August 2025. The applicable NAICS code is 327993. This is notice of intent is not a request for competitive proposals and no solicitation documents exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management, technical data and cost information. In sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required materials and proof of being an authorized to work on Ivers systems. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmitive response. A determination by the Government is not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 3:00PM (Pacific Standard Time), 26 August 2025. Capability statements shall be submitted by e-mail ONLY as Microsoft Word or Adobe PDF attachments to Michelle Muniz at the following e-mail address: Michelle.a.muniz.civ@us.navy.mil. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/915cf379649f40978e60fa2d9de481a7/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN07562627-F 20250824/250822230039 (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 |