SOLICITATION NOTICE
59 -- SOLE SOURCE � TRANSFORMER MODULES
- Notice Date
- 3/9/2026 3:08:47 AM
- Notice Type
- Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426Q0077
- Response Due
- 3/20/2026 8:00:00 PM
- Archive Date
- 04/04/2026
- Point of Contact
- Rose Brown, Phone: 8123817285
- E-Mail Address
-
rose.m.brown44.civ@us.navy.mil
(rose.m.brown44.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- N00164-26-Q-0077 � SOLE SOURCE � TRANSFORMER MODULES � FSG 5950 - NAICS 335311 ISSUE DATE 09-MAR-2026 � CLOSING DATE 20-MAR-2026 � 11:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for of an initial purchase of a quantity of 25 each Transformer Converters, a quantity of 50 each Transformer Power, and a quantity of 25 each Transformer Power Step Downs with options to purchase an additional quantity of 2 each Transformer Converters, an additional quantity of 7 each Transformer Power, and an additional quantity of 3 each Transformer Power Step Downs. The lead time expected on this effort is 120 weeks from date of award. Delivery will be Freight on board destination, with inspection and acceptance completed at a government location by government personnel. The total contract period should span approximately 730 days between award and exercise of all options. This will be a firm fixed price, non-commercial purchase order to a sole source provider as described below. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, only Vanguard Electronics LLC, Cage Code 03550, under the authority of FAR 13.101-(b). This is being solicited on a sole source because Vanguard Electronics LLC, Cage Code 03550, is the Original Equipment Manufacturer (OEM) of these parts. The Naval Ordnance System Command has only approved the OEM as the sole source of supply to manufacturer the items in accordance with specific government requirement drawings. Using another vendor product would require recertification, re tooling and transition of technology to qualify the parts and vendor as an authorized supplier. The requalification would set the schedule back in excess of several months in addition to costing the government over $750,000. The detriment to the government would not be recouped in competitive action. 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://www.dla.mil/logistics-operations/services/joint-certification-program/. 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 as a written Firm Fixed Priced Purchase Order. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-26-Q-0077 is hereby issued as an attachment hereto. 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 rose.m.brown44.civ@us.navy.mil. All required information must be received on or before 20-MAR-2026 � 11:00 PM Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6da89880e6e742c48b528447eb8c75a8/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07738976-F 20260311/260309230044 (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 |