Skip to main content

An official website of the United States government

You have 2 new alerts

Special Notice: Intent to Sole Source - USS MUSTIN (DDG 89) END SEAL HOUSING

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jan 23, 2025 12:03 pm PST
  • Original Response Date: Jan 28, 2025 11:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5331 - O-RING
  • NAICS Code:
    • 339991 - Gasket, Packing, and Sealing Device Manufacturing
  • Place of Performance:
    National City , CA 91950
    USA

Description

Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to award a sole source purchase order to Kingsbury Inc. for Long Lead Time Material (LLTM) replacement parts to support the USS MUSTIN (DDG 89) END SEAL HOUSING in support of SWRMC Code 320. This material must be compatible in all aspects (form, fit, and function) with the existing systems presently installed on board the USS MUSTIN. Kingsbury Inc. is the Original Equipment Manufacturer (OEM) with no authorized distributors and is the sole provider for the Navy. The requirement will be processed in accordance with FAR part 12 and FAR part 13. The North American Industry Classification System (NAICS) Code is 339991 – Gasket, Packing, and Sealing Device Manufacturing, and the business size standard is 600 (# of employees). 

Kingsbury Inc. is the original equipment manufacturer (OEM) and has proprietary rights over the drawing used to design, manufacture, and distribute the material. The required parts must have the same form, fit, and function capability for proper installation. Therefore, it is imperative that these parts are procured from the OEM, Kingsbury Inc.

This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clean and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Requests must include company name, address, telephone number of the requester, e-mail address, Cage code, and business size.  

All information should be delivered via e-mail to scott.s.quiambao.civ@us.navy.mil and Ricardo.barraza-cobos.civ@us.navy.mil no later than 11:00 AM (PST), 28 January 2025. Information delivered by other than e-mail will not be accepted. Certifications in the System for Award Management must be current and active to be eligible for contract award.

Contact Information

Contracting Office Address

  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Feb 12, 2025 08:55 pm PSTSpecial Notice (Original)