Teledyne Brand Acoustic Doppler Current Profiler
ID: N66604-25-Q-0260Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting quotes for a Teledyne Instruments Acoustic Doppler Current Profiler (ADCP) system under the Request for Quote (RFQ) number N66604-25-Q-0260. This procurement is set aside for small businesses and involves a brand name-only purchase due to the specialized requirements for measuring water currents and related data in scientific research contexts. The selected system, including a Workhorse II ADCP and associated accessories, is crucial for accurate data collection in underwater environments and must be delivered to Newport, RI within 3-5 weeks of award. Interested offerors must submit their quotes by February 28, 2025, ensuring compliance with federal acquisition regulations, and can direct inquiries to Kenneth Chaffey at kenneth.l.chaffey.civ@us.navy.mil or by phone at 14018321837.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division (NUWCDIVNPT) is soliciting quotes for a Teledyne Instruments Acoustic Doppler Current Profiler (ADCP) system, with the Request for Quote (RFQ) number N66604-25-Q-0260. This procurement, set aside for small businesses, involves a brand name-only purchase due to the unique specifications of the device required for measuring water currents and related data in scientific research contexts. The order includes specific items, such as a Workhorse II ADCP with associated accessories, and must be delivered to Newport, RI within 3-5 weeks of award. Offerors must submit their quotes by February 28, 2025, and include key information such as pricing, delivery terms, and contact details. The Government intends to award based on the Lowest Priced Technically Acceptable (LPTA) offer, considering factors such as brand compliance and past performance. This procurement approach underscores the importance of using specific commercial items for successful project execution while adhering to federal acquisition regulations. Detailed FAR and DFARS clauses are incorporated, reinforcing compliance and technical requirements. Contact for further inquiries is specified, emphasizing the importance of timely submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FADC XT Spare Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia, is seeking proposals for the procurement of two units of the FADC XT Spare Kit (P/N: 8923-3393). This solicitation outlines specific requirements for delivery, payment, and compliance with Federal Acquisition Regulation (FAR) and Department of Defense regulations, emphasizing the need for government inspection and acceptance at the destination, as well as adherence to software quality standards to mitigate security risks. The FADC XT Spare Kit is critical for ensuring operational safety and efficiency in naval operations, and interested contractors must submit their offers by February 27, 2025. For further inquiries, potential bidders can contact William Henry Morton at william.h.morton39.civ@us.navy.mil or by phone at 484-358-2255.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Communication/Octopus Cable Assemblies and Associated Connectors
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of communication and octopus cable assemblies along with associated connectors under Request for Quotation (RFQ) N0016725Q0063. This procurement aims to secure a firm fixed price (FFP) purchase order for specific brand name products, although vendors may propose equivalent items, which may not be considered for competition. The goods are critical for maintaining reliable communication systems within naval operations, ensuring effective functionality in defense activities. Interested vendors must submit their quotes by March 3, 2025, and direct any inquiries to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil by February 24, 2025, as the evaluation will follow the lowest price technically acceptable (LPTA) method.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) project, which involves the development, testing, and delivery of components for military submarines. The procurement aims to secure qualified contractors capable of providing engineering services, hardware production, and obsolescence management strategies, ensuring compliance with stringent technical specifications and regulatory standards. This initiative is critical for enhancing defense technology capabilities, particularly in submarine operations. Interested contractors should direct inquiries to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or call 401-832-6462 for further details regarding the solicitation process and requirements.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    Trials Data Acquisition & Analysis System (TDAAS) Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the procurement of Trials Data Acquisition & Analysis System (TDAAS) hardware, specifically brand-name components from National Instruments. This acquisition aims to modernize the Data Acquisition System on the FFG63 class vessel by replacing obsolete legacy systems, which is critical for maintaining operational readiness and monitoring ship performance. The total estimated value of the procurement will be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with a delivery timeline of seven weeks from order acceptance. Interested vendors must submit their quotations by March 24, 2025, and can contact Zachary McCurry at zachary.f.mccurry@navy.mil for further information.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    KEYSIGHT OSCOPE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for the procurement of a Keysight Infiniium S Series 6 GHz 4-channel oscilloscope, identified by part number DSOS604A, along with essential accessories and a five-year calibration service. This procurement aims to enhance technical capabilities for precise electronic testing and research, emphasizing the importance of compliance with federal acquisition regulations and support for small business participation. Interested vendors must be authorized resellers and are required to submit their offers by 12:00 PM on February 26, 2025, ensuring delivery within six weeks of contract award. For further inquiries, potential bidders can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.