Loading...
AMS00710771
Response Deadline
May 5, 2026, 4:00 PM(EDT)Today
Eligibility
Contract Type
Solicitation
Synopsis: N42158-26-Q-0019
Sole Source – TDS Automation, Inc.
This Request for Quotation (RFQ) is issued as a solicitation for commercial products and services in accordance with FAR Part 12. This announcement constitutes the only solicitation; no separate written solicitation will be issued, and paper copies will not be provided.
The requirement was previously advertised as a Sole Source Pre‑Solicitation Notice on 05/05/2026. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2026‑01, effective 03/13/2026, along with the most recent DFARS change notice. Contractors are responsible for reviewing all applicable clauses, which may be accessed at https://www.acquisition.gov/. This acquisition is being pursued on a sole source basis under the authority of 10 U.S.C. § 3204(a)(1), as implemented by FAR 6.302‑1, because only one responsible source is capable of meeting the Government’s requirements. The Government retains sole discretion regarding the decision not to compete this effort.
Norfolk Naval Shipyard (NNSY), under the Naval Sea Systems Command (NAVSEA), intends to award a Firm‑Fixed‑Price contract to TDS Automation, Inc., the sole authorized Doerfer and Wheel‑Lift service provider for Doerfer Heavy Lift Transporters (HLTs). TDS Automation is the original designer and manufacturer of Doerfer HLT equipment and is the only source capable of providing OEM parts, proprietary calibration standards, technical data, and authorized maintenance services. The supported equipment includes the 150‑ton and 100‑ton Heavy Lift Transporters, as well as the LWWAA Handling System (LHS).
This procurement will be conducted under NAICS Code 811310, with a size standard of $34 million, and Product Service Code J039. The Small Business Office concurs with the sole source determination.
The anticipated contract will include a 12‑month base period beginning approximately in May 25, 2026 and ending on May 24, 2027, followed by four 12‑month option periods:
The contractor shall provide all labor, OEM parts, materials, calibration standards, traceability documentation, and certifications necessary to meet the Government’s technical and performance requirements. All services must comply with OEM specifications and be performed by qualified personnel authorized by TDS Automation. Solicitation documents, including amendments, will be made available exclusively through the SAM.gov website. Vendors are responsible for monitoring SAM.gov for updates. This notice does not constitute a request for competitive proposals, and no submissions received will alter the Government’s intent to proceed with a sole source award to TDS Automation, Inc.
Responses to this announcement must be submitted electronically and received no later than 12:00 PM EST on 05/05/2026. All inquiries and quotations shall be directed to Eugene Fenner at eugene.e.fenner.civ@us.navy.mil.
Award will be made in accordance with the sole source authority cited above. The Government will evaluate price reasonableness and confirm that the contractor meets all OEM requirements and technical needs. This RFQ remains subject to all applicable FAR and DFARS clauses incorporated by reference, including FAR 52.212‑4 and FAR 52.212‑5 for commercial items, as well as DFARS clauses related to safeguarding information and electronic payment submissions
Eugene Fenner
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA SHIPYARD
NORFOLK NAVAL SHIPYARD GF
NORFOLK NAVAL SHIPYARD GF
1 NORFOLK NAVAL SHIPYARD
BUILDING 276
PORTSMOUTH, VA, 23709-1001
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
Set-Aside
No Set aside used