Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
SOLICITATION NOTICE

J -- Repair, Maintenance, and Overhaul of Allied Systems Company Knuckle Boom Crane on LPD-17 Class Ships

Notice Date
10/16/2025 10:10:27 AM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-26-R-4403
 
Response Due
10/31/2025 11:00:00 AM
 
Archive Date
11/15/2025
 
Point of Contact
CDR Greg Sceviour, Phone: 12027810724, Kathryn Corvello, Contracting Officer, Phone: 2027813177
 
E-Mail Address
gregory.p.sceviour.mil@us.navy.mil, kathryn.f.corvello.civ@us.navy.mil
(gregory.p.sceviour.mil@us.navy.mil, kathryn.f.corvello.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Naval Sea Systems Command (NAVSEA) intends to award a sole source, single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract to Allied Systems Company (Allied) for the overhaul, upgrade, repair, material, and maintenance associated with the portside knuckle boom crane, manufactured by Allied, onboard the U.S. Navy�s San Antonio-class Amphibious Transport Dock (LPD 17) vessels. The scope includes Class A and Class B crane overhauls; upgrade to MK II configuration; field services in support of both planned and unplanned maintenance; material required in support of field services; warehouse management associated with maintaining a rotable pool of inventory; and related testing and quality assurance necessary to ensure full working condition of Allied Knuckle Boom Cranes without defect or delay. Allied Systems Company is the original equipment manufacturer (OEM) of the knuckle boom crane installed on LPD 17 class ships. Design of these crane systems was accomplished by Allied, and Allied is the sole owner of all proprietary information related to this equipment, including all engineering drawings with revisions and technical specifications. No other parties have access to this proprietary information. Access to this proprietary information is necessary for completing the overhauls and upgrades. A resulting contract will be awarded pursuant to statutory authority at 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals. However, all responsible sources may submit an exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by the response due date as specified in this notice. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. A determination not to compete this requirement, based upon response to this notice, is solely within the discretion of the Government. NAVSEA will not be responsible for any costs incurred by interested parties in responding to this notice. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Questions concerning this sole source acquisition may be directed in writing to the contract's points of contact as provided in this notice. All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21 will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material in response to this synopsis shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e842b955908c4d8bb4636dabdcf3115a/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07620616-F 20251018/251016230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.