JGW Alpha-Beta Probe
ID: N0016725Q1017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure a brand-specific RDS JGW alpha-beta probe along with associated support equipment. This procurement is limited to JGW International's products due to the absence of viable alternatives, as justified under FAR 6.302-1(a)(2)(ii), ensuring compatibility with existing systems. The selected equipment is critical for radiological detection and training purposes, supporting operational readiness for field operations by 2030. Interested vendors must submit a capabilities statement by 11:59 AM on April 11, 2025, and can contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil or by phone at 301-227-0589 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) seeks to procure a brand-specific RDS JGW alpha-beta probe and associated support equipment. The solicitation, categorized under NAICS code 334511 for businesses with up to 1350 employees, is limited to JGW International's products due to the absence of viable alternatives, as justified under FAR 6.302-1(a)(2)(ii). The intention is to issue a fixed-price purchase order through Simplified Acquisition Procedures. Interested vendors must submit a capabilities statement by 11:59 AM on April 11, 2025, to express their interest in the opportunity. This procurement reflects the government's process of sourcing specialized equipment while ensuring compliance with federal regulations governing competition and acquisition.
    The document outlines the details of a solicitation for the RDS Alpha/Beta Probe Training Device under federal contract N0016725Q1017. It specifies the contract structure, including a firm fixed price for one unit to be delivered to NAVSEA Headquarters in Washington, DC, by May 29, 2025. The solicitation includes comprehensive sections addressing the supplies and services, packaging, inspection, and acceptance requirements. Additionally, it specifies various FAR and DFARS clauses related to contract administration and payment processing, including instructions for electronic invoicing through the Wide Area Workflow (WAWF) system. The contract contains several clauses regarding termination conditions, contractor obligations, and flow-down requirements for subcontracts, emphasizing compliance with federal standards. This solicitation is indicative of the government's procurement process aimed at ensuring responsible fiscal management and adherence to regulations while procuring specialized training devices required for operational readiness. Overall, the document reflects the structured approach of federal contracting and the importance of compliance with relevant laws and regulations.
    The memorandum serves as a justification for a sole source acquisition related to a Radiological Detection System (RDS) under the Simplified Acquisition Threshold (SAT). It outlines the rationale for soliciting only one source, J.G.W. (International) LTD, to ensure compatibility with an existing RDS Training Device Kit. The document references Federal Acquisition Regulation (FAR) guidelines, stating that such limited competition is warranted when only one source is available, primarily due to proprietary development and invested resources in the existing kit. Acknowledging a significant prior investment, the memorandum argues that collaborating with the original contractor minimizes risks associated with compatibility and development delays. The procurement process aims to produce a new Alpha/Beta probe training device within a year, ensuring timely support for field operations by 2030. The overall purpose is to secure a brand name product from the original manufacturer to leverage existing expertise and maintain system integrity.
    Lifecycle
    Title
    Type
    JGW Alpha-Beta Probe
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.
    SOLE SOURCE –RADIATION DETECTOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a radiation detector through a sole source justification. This procurement is categorized under the PSC code 6695, which pertains to combination and miscellaneous instruments, indicating the specialized nature of the equipment required. The radiation detector is crucial for various defense applications, ensuring safety and operational effectiveness in environments where radiation detection is necessary. Interested parties can reach out to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for further details regarding this opportunity.
    12--DETECTOR,RADIO FREQ
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 44 units of the NSN 1285012475851, a Radio Frequency Detector. This solicitation is a source-controlled drawing item, with the approved source being 33025 DX1400-002, and the items must meet the specified requirements outlined in the solicitation. The procurement is critical for ensuring the availability of essential fire control equipment, which plays a vital role in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with delivery expected within 147 days after order placement.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    20--DOUBLE PROBE WITH T
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Double Probe with T, identified by NSN 2040006299904. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 231 days after order placement, with approved sources listed as 32142 and 7H596. This procurement is critical for maintaining operational readiness in naval and marine applications, emphasizing the importance of reliable ship and marine equipment. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    66--INDICATOR,POSITION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure a sole source spare part identified as the Indicator, Position (NSN 1H-6695-013833646) from Curtiss-Wright Electro-Mechanical Corp. This procurement is critical for supporting the Sub Engineering Systems weapon system, and the government intends to solicit and negotiate with the original equipment manufacturer, as they are the only known source for this part. Interested parties are encouraged to submit capability statements within 15 days of this notice, with the solicitation expected to be issued on January 31, 2025, and proposals due by February 29, 2026. For further inquiries, interested organizations may contact Taylor Weidman at taylor.m.weidman2.civ@us.navy.mil.
    Sampling Probe Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Sampling Probe Assemblies, specifically identified by NSN: 6665-12-326-6355 and Part Number: 8003153. This Firm Fixed Price supply contract requires offers for a total of 106 units, including 53 production units and 53 unexercised option units, with a single award anticipated. The goods are critical for applications involving hazard detection and navigation systems, necessitating compliance with stringent packaging and testing standards, including MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit their proposals electronically and ensure they are registered on SAM.gov, with all submissions adhering to the specified deadlines. For further inquiries, Richard Campbell can be contacted at richard.j.campbell@dla.mil or by phone at (586) 234-1610.