Sole Source Requirement with Source Code LLC for Custom Computer Upgrades
ID: 1301215249Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure custom computer upgrades from Source Code LLC on a sole source basis. The procurement includes TAA-compliant Supermicro Intel i9 and Dual Xeon systems, aimed at replacing outdated hardware for the PRISM team, ensuring compliance with the Department of Defense's specifications and security requirements. This acquisition is critical for maintaining operational efficiency and performance standards within the agency. Quotes are due by 12:00 PM Eastern Time on January 15, 2025, and interested parties should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 9:05 PM UTC
This document outlines requirements for federal contractors regarding the representation of telecommunications and video surveillance equipment and services as mandated by the John S. McCain National Defense Authorization Act. It specifically pertains to provisions 52.204-24 and 52.204-26, which must be completed and submitted with quotes to be eligible for contract awards. Key provisions include a prohibition against procuring equipment or services that include "covered telecommunications equipment" as a substantial component. Contractors must confirm whether they provide such equipment or services and provide a detailed disclosure if they do. The document stresses the importance of reviewing the System for Award Management (SAM) for excluded entities related to these telecommunications services. In essence, the file underscores the government's emphasis on security and compliance concerning telecommunications within federal contracts, requiring transparency from contractors concerning their provided technologies to mitigate potential risks associated with the use of covered equipment. The structured approach ensures that contractors are held accountable for the components they use in federal procurements.
Jan 14, 2025, 9:05 PM UTC
The document outlines Solicitation N0042125Q0071, which seeks quotes for the purchase of TAA-compliant upgraded computer systems required by the PRISM (Patuxent River Infrared Signature Measurements) team. The objective is to replace outdated and unreliable computer hardware with high-performance systems that meet the Department of Defense's (DoD) specifications and minimum security requirements. The procurement includes Supermicro Intel i9 rackmount and full tower desktop systems, specified in detail, with various quantities needed. Proposals must be submitted by January 15, 2025, with the contract being awarded on a Lowest Price Technically Acceptable (LPTA) basis. Offerors are required to provide essential company information, including tax and business identification numbers, and must be registered in the System for Award Management (SAM). The deliverables are to be shipped to the designated delivery address within 90 days of the award. The document includes extensive clauses and requirements relevant to the procurement process, ensuring compliance with federal regulations and standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
3U VPX Single Board Computer and Linux Board Support Package
Buyer not available
The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking to procure a 3U VPX single board computer along with a brand name Linux board support package. The procurement requires that all items and quantities specified in Attachment 1 must be included in the quotes submitted, as partial submissions will not be considered. This acquisition is critical for supporting advanced electronic computing needs within the Navy's operations. Interested vendors must submit their quotes by May 1, 2025, at 2:00 PM Pacific Time, via the NAVWAR e-Commerce website, and any questions regarding the solicitation must be submitted by April 30, 2025, at 12:00 PM Pacific Time to the designated contact, Trinity Anglo, at trinity.l.anglo.civ@us.navy.mil.
70--COMPUTER,DIGITAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 18 units of a digital computer, identified by NSN 7R-7021-015377202-QE. This procurement is intended to fulfill a specific requirement and will be solicited and negotiated with one source under FAR 6.302-1, indicating a non-competitive procurement process. The digital computers are crucial for various defense operations, ensuring the Navy's technological capabilities remain robust. Interested parties are encouraged to express their interest and capability to respond to this requirement, with proposals due within 45 days of the notice publication, and should contact Eric M. Tarkett at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL for further information.
70--COMPUTER,DIGITAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 13 units of a digital computer, identified by part number 3087922-102, for repair and modification purposes. This procurement is being conducted under the authority of FAR 6.302-1, indicating that the government intends to negotiate with a single source for this requirement. The digital computer is crucial for various military applications, and the delivery will be on a FOB origin basis. Interested parties are encouraged to express their interest and capabilities, with proposals being accepted within 45 days of the notice publication. For further inquiries, Eric M. Tarkett can be contacted at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL.
VME Terminal Controller CPU and associated Hardware Procurement
Buyer not available
The Department of Defense, through the Defense Microelectronics Activity (DMEA), is seeking proposals for the procurement of VME Terminal Controller CPUs and associated hardware, as outlined in Solicitation No.: HQ072725QNR02. This procurement aims to acquire 320 units across four product lines to facilitate an upgrade to Windows 11 for the Link 16 Terminal Controller, which is critical for managing military data transmission. The selected contractor will be responsible for sourcing specific components, ensuring authenticity and compliance with national security regulations, while providing service support and warranty for the hardware. Interested contractors must submit their quotes via email by 2:00 p.m. (PST) on May 1, 2025, and can direct inquiries to Nicholas S. Roberts at nicholas.s.roberts8.civ@mail.mil.
16--PROCESSOR,SPECIAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of 41 units of a specialized processor, identified by NSN 0RH 1680 016662269 and part number 940-0431-001. This procurement is critical for maintaining operational capabilities within the Navy, as the items require government source approval prior to award, emphasizing the importance of compliance with specific quality assurance and inspection standards. Interested vendors must submit their proposals via email to Joshua Seltzer by the specified due date, ensuring that all necessary documentation, including the NAVSUP WSS Source Approval Brochure, is included to avoid disqualification. For further inquiries, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
12--PROCESSOR,SIGNAL DA - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 91 units of a signal processor and other replacement parts necessary for repair and modification. This procurement requires engineering source approval due to the critical nature of the item, which is essential for maintaining quality and safety standards in military applications. The approved sources retain proprietary data and manufacturing knowledge, making it imperative for new sources to undergo a qualification process as outlined by the Government engineering activity. Interested parties must submit their proposals, including necessary documentation for source approval, to Hayden Young at NAVSUP WSS by email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL, with a deadline for submissions set at 45 days from the notice publication date.
SOLE SOURCE –REMOVEABLE STORAGE MODULE
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage modules from SMART High Reliability Solutions LLC through a sole source contract. This procurement is essential for enhancing the technological capabilities of the Navy's storage solutions, as the vendor possesses proprietary data critical to the project. Interested vendors are encouraged to submit capability statements, although the government retains discretion over the competitive procurement process. The solicitation is set to be issued on April 23, 2025, with a closing date of May 2, 2025, at 4:00 PM Eastern Time. For further inquiries, interested parties may contact Angela Westfall at angela.d.westfall.civ@us.navy.mil.
70--DATA SERVER 2U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure five units of a Data Server 2U for repair and modification purposes. This procurement is limited to approved sources only, as the government does not own the necessary data or rights to purchase or contract repair from additional sources, making it uneconomical to reverse engineer the part. The contract will be awarded based on compliance with MIL-I-45208A inspection standards, and interested parties are encouraged to express their interest and capability to meet the requirement within 15 days of this notice. For further inquiries, interested vendors can contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil.
Notice of Intent to Award Sole Source to CORESYSTEMS
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a Sole Source contract to CORESYSTEMS for a Firm-Fixed-Price purchase order. This procurement is aimed at acquiring electronic computer manufacturing services, which are critical for enhancing the Navy's information technology and telecommunications capabilities. The contract is being pursued on a non-competitive basis, indicating the specialized nature of the services required. For further inquiries, interested parties can contact Contract Specialist James W. Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841.