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
    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 The procurement includes TAA-compliant Supermicro Intel i9 and Dual Xeon systems, aimed at replacing outdated hardware for the PRISM team, ensuring compliance with the Department of Defense's specifications and security requirements.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
    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.
    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
    Similar Opportunities
    COMPUTER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of computer hardware and software solutions. This solicitation focuses on electronic computer manufacturing, particularly in the realm of IT and telecom, with an emphasis on servers and perpetual license software. The goods and services procured will play a critical role in supporting various defense operations and technological advancements. Interested vendors can reach out to Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Intent to Limit Sources for a Brand Name on a Sole Source Basis – Dell PowerEdge Server and NVIDIA Ampere GPU Customer Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Dell PowerEdge servers and NVIDIA Ampere GPU Customer Kits on a sole source basis for the Joint Region Marianas (JRM) to enhance its Milestone Recording servers used for video surveillance across installations, including Naval Base Guam and Marine Corps Base Camp Blaz. The procurement aims to establish a reliable and scalable infrastructure that ensures continuous operation and improves disaster recovery capabilities, with compliance to NIST SP 800-53 rev4 required for information assurance controls and hardware/software evaluations. This initiative is critical for maintaining operational readiness and security within the region, ensuring compatibility with existing infrastructure while providing quality and interoperability assurances. Interested parties can contact Jason Q. Perez at jason.q.perez.civ@us.navy.mil or Rafael Eladio M. Battung at rafaeleladio.m.battung.civ@us.navy.mil for further details, with a delivery deadline set for September 12, 2025.
    PROCESSOR,SPECIAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of a specialized processor. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves miscellaneous aircraft accessories and components as classified under PSC code 1680. The goods sought are critical for enhancing the operational capabilities of naval aircraft, thereby supporting national defense objectives. Interested vendors can reach out to Joshua Seltzer at 215-697-2849 or via email at JOSHUA.J.SELTZER@NAVY.MIL for further details regarding the solicitation process.
    The Parvus Corporation Ruggedized Computer Processing Subsystem Part number C8043-2D0-114
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a firm fixed price supply contract for the procurement of a Ruggedized Computer Processing Subsystem, identified as part number C8043-2D0-114, from The Parvus Corporation. This procurement is in accordance with drawing 13600792 and falls under the NAICS code 334111 for Electronic Computer Manufacturing, which is crucial for various military applications requiring robust computing solutions. The solicitation number W911N2-25-Q-0020 is expected to be released around March 13, 2025, with a closing date around March 23, 2025, and all interested suppliers must be registered in the System for Award Management (SAM) to submit proposals. For inquiries, interested parties can contact Megan Smith at megan.m.smith110.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil.
    JTE COMPUTER SYSTEM, DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a specific digital computer system, identified by NSN 7010-01-705-5751. The procurement emphasizes firm fixed pricing for a single unit, adherence to quality assurance measures, and compliance with military specifications for inspection, packaging, and marking. This initiative is part of the Air Force's broader goal to enhance supply chain efficiency and ensure compliance with technical standards. Interested contractors should note that the deadline for submitting offers has been extended to March 14, 2025, and may contact Kody Quayle at kody.quayle@us.af.mil for further information.
    57 IAS Mission Kit Servers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of six servers as part of the 57 IAS Mission Kit Servers project. The servers, manufactured by Supermicro Computer Inc., must meet specific technical requirements, including a minimum 24-core processor, 512 GB of DDR5 ECC RAM, and various connectivity options, to support the operational needs of the 57th Information Aggressor Squadron in Red Team Operations. This acquisition is critical for enhancing mission capabilities and ensuring compatibility with existing systems, with a total small business set-aside to promote competition. Interested vendors must submit their quotes electronically by March 11, 2025, and can contact Avery Irwin at avery.irwin@us.af.mil or TSgt Joseph Sablan at joseph.sablan.3@us.af.mil for further information.
    Command and Control Processor Production
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems, is seeking sources for the production of Command and Control Processors. This procurement aims to enhance capabilities in communication, detection, and coherent radiation systems, which are critical for naval operations. The Command and Control Processors will play a vital role in improving situational awareness and operational effectiveness within the Navy. Interested parties can reach out to Contract Specialist Lynette Brewer at lynette.brewer@navy.mil or by phone at 619-524-7142 for further details regarding this opportunity.
    NAWCAD WOLF - INTENT TO SOLE SOURCE Graphics-only PMC, SM750 w/ 16MB DDR, RT, Rear I/O, Single Font VGA, RG-101 RGBHV rear I/O, RT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure graphics-only PMC units from Rastergraf Inc. under a sole-source contract. The specific requirement includes the Graphics-only PMC, SM750 with 16MB DDR, and various rear I/O configurations, which are essential for electronic assembly manufacturing. This procurement is part of the government's efforts to acquire specialized technical equipment while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by 5:00 PM Eastern Standard Time on October 11, 2024, and should contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil for further details.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting quotes for the procurement of IDS branded parts, including cable assemblies and conduits, under the solicitation number 24-SIMACQ-E20-0006. This procurement is critical as it involves sole source items that are uniquely tested and validated for specific systems, ensuring compliance with installation schedules set for June and July 2025. The contract will be a firm-fixed-price arrangement, with an estimated delivery timeframe of 44 weeks post-award, and interested vendors must submit their quotes by March 10, 2025. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil.
    70--MICROPROCESSOR ASSY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the repair and modification of microprocessor assemblies. This procurement aims to ensure the operational readiness and reliability of critical electronic systems, which are vital for various defense applications. The selected contractor will be responsible for providing the necessary repairs and modifications to meet stringent military standards. Interested parties can reach out to Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL for further details regarding the solicitation process.