Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE – MAST MOUNTED HOIST

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 23, 2025 12:47 pm EST
  • Original Date Offers Due: Jan 30, 2025 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 16, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1440 - LAUNCHERS, GUIDED MISSILE
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:

Description

N00164-25-Q-0528 – SOLE SOURCE – MAST MOUNTED HOIST – FSG 1440 - NAICS 333923 ISSUE DATE 23 JAN 2025 – CLOSING DATE 30 JAN 2025 – 2:00 PM Eastern Time

Naval Surface Warfare Center (NSWC) Crane has a requirement for mast mounted hoist P/N: M452B-S4 in accordance with (IAW) task description, drawings and CDRLs.

The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Thern Inc, 5712 Industrial Park Road, Winona, MN 55987 under the authority of FAR 13.106-1. This is being sole sourced Thern Inc. was chosen to be the supplier of the Hoist, Mast Mounted because this particular item is currently on the fielded Davits and has proven successful over their life. There are currently spare parts and supplies for this particular manufacturer and item in supply, if a different manufacturer or item is used spare parts will need to be discarded and replaced with new items. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct 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 866-606-8220 or via the internet at https://sam.gov

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via https://sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.  The controlled attachments will be posted at the same time the solicitation is posted. 

This solicitation is being issued pursuant to the procedures at FAR Part 13.  Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-25-Q-0528 is hereby issued as an attachment hereto.  

Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov

All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/.  It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation.  

For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.

Offers shall be e-mailed to morgan.m.helton.civ@us.navy.mil.    All required information must be received on or before 30 JAN 2025 – 2:00 PM Eastern Time

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History