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 The procurement includes TAA-compliant Supermicro Intel i9 and Dual Xeon systems, aimed at replacing outdated hardware for the PRISM team, ensuring compliance with the Department of Defense's specifications and security requirements.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
    28--PENTIUM IV COMPUTER - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the procurement of Pentium IV computers and other replacement parts necessary for repair and modification. The procurement involves two units of a flight-critical item that requires engineering source approval to ensure quality, with the stipulation that only previously approved sources may submit proposals. This requirement is crucial for maintaining operational readiness, as the item is essential for aircraft systems. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted to Dana N. Knittel at DANA.N.KNITTEL.CIV@US.NAVY.MIL by the specified deadline to be considered for award.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of a computer system. The procurement involves the acquisition of six units of the National Stock Number (NSN) 7R-7010-016951281-SX, with reference number 123SCSA9035-1, and delivery is required on a Free on Board (FOB) origin basis. This equipment is critical for maintaining operational capabilities within the Navy's IT and telecom infrastructure, particularly in server hardware and perpetual license software. Interested parties can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    P-8 WTT Image Generator Spares
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, is seeking to procure five spare Nucleus: 6GPU 85TB Aechelon Image Generators to support the P-8 training system. This brand-name restrictive procurement aims to enhance training capabilities for pilots, aircrew, and maintainers of the P-8 aircraft platforms by providing realistic training events and qualification exercises. Interested vendors must submit their quotes by January 14, 2026, with an anticipated award date of February 27, 2026, and are required to be registered in SAM.gov. For further inquiries, potential offerors can contact Charon Whiteman at charon.e.whiteman.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil.
    COMPUTER,LAPTOP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of laptops and computers. The contract will involve the refurbishment and repair of critical components designated as Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems. This procurement is crucial for maintaining operational readiness and ensuring the reliability of submarine systems, with a desired delivery timeline of 180 days. Interested vendors must have a valid U.S. security clearance of CONFIDENTIAL or higher and are encouraged to contact Robert H. Langel at 717-605-3353 or via email at robert.h.langel.civ@us.navy.mil for further details.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    59--CPU,MICRONET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5998015640582, specifically a CPU, Micronet, under a Total Small Business Set-Aside. The requirement includes a quantity of three units to be delivered to DLA Distribution within 101 days after order placement, with approved sources listed for reference. This procurement is crucial for maintaining operational capabilities in electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    58--COMPUTER,DIGITAL DA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the digital computer (NSN 5895016991421). This solicitation is a Total Small Business Set-Aside, aimed at sourcing essential components for military applications, specifically in the area of communications and detection systems. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 21 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.