Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
ID: N0016725Q0080Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 27, 2025, 12:00 AM UTC
  3. 3
    Due Mar 6, 2026, 4:00 PM UTC
Description

The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.

Point(s) of Contact
Files
Title
Posted
The memorandum outlines a sole source justification for procuring upgrades for the Navy’s TS-4575/FDM Gamma Irradiators from Hopewell Designs, Inc. According to FAR 13.106-1(b)(1)(i), contracting officers may solicit from one source if circumstances dictate that only one source is reasonably available. The upgrades are necessary for improving the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters, and must be performed by the original equipment manufacturer due to proprietary software and exclusive rights held by Hopewell Designs. The memorandum states that HDI uniquely possesses the necessary knowledge and rights to ensure proper installation and functionality of the upgrades. Therefore, no other company can meet these specific requirements, qualifying the procurement as a sole source under federal regulations. The document concludes with certifications and approvals attesting to the accuracy of the information and the necessity of proceeding without full and open competition.
Feb 27, 2025, 4:08 PM UTC
The document outlines a Request for Quotes (RFQ) from the Naval Surface Warfare Center Carderock Division (NSWCCD) for the procurement and installation of a software upgrade for the TS-4575/FDM Irradiators, essential for maintaining the Navy's Battlefield Dosimeters. The RFQ emphasizes small business participation and includes a detailed Performance Work Statement (PWS) that specifies the upgrade requirements, including modifications to the control software, calibration certificates, and functional tests before and after installation. Quotes are due by 11:00 AM on March 6, 2025, with an anticipated fixed-price order to be awarded. The project involves travel to Navy sites in Yorktown, San Diego, and Pearl Harbor for installation, highlighting the upgrade's significance in enhancing operational efficiency. Provisions and clauses from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement govern the solicitation process, ensuring compliance and accountability. This initiative underlines the Navy’s commitment to advancing technological capabilities while engaging small businesses in federal contracts.
Similar Opportunities
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
66--GAMMA RAY SOURCE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a gamma ray source, classified under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. The procurement aims to acquire commercial products that meet specific technical and quality requirements, including first article testing and compliance with various military specifications. This gamma ray source is critical for applications related to hazard detection and is essential for maintaining operational readiness within the Navy's systems. Interested vendors should direct inquiries to Casey Stump at 717-605-4450 or via email at CASEY.STUMP@NAVY.MIL, with proposals expected to adhere to the outlined submission timelines and conditions.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
High Purity Geranium Detector Repair
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the repair of a Cryopulse-5 HPGe Detector, with a focus on engaging women-owned small businesses. The contract requires comprehensive repairs, including the inspection and replacement of critical components, ensuring the detector's functionality, and adherence to federal safety regulations throughout the process. This equipment is vital for supporting key naval operations, and the repaired detector must be delivered by April 30, 2026. Interested contractors should submit their price quotes and property management plans to Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@us.navy.mil as part of their response.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
59--CIRCUIT CARD ASSEMB, 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 three units of Circuit Card Assembly for repair and modification purposes. The procurement involves the National Stock Number (NSN) 7H-5998-012335277, with a total quantity of three units to be delivered to the Portsmouth Naval Shipyard in Kittery, Maine. This equipment is critical for maintaining the operational readiness of naval systems, and the government intends to negotiate with a single source under FAR 6.302-1, although all responsible sources are invited to express their interest and capabilities. Interested parties should note that proposals must be submitted within 45 days of the notice publication, and inquiries can be directed to Noelle M. Smith at (717) 605-3992 or via email at noelle.m.smith10.civ@us.navy.mil.
Purchase VGStudio software maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).
59--CIRCUIT CARD ASSY, 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 the repair and modification of a Circuit Card Assembly, identified by NSN 7H-5998-219130646. The procurement involves a total quantity of 25 units, which will be delivered to DLA Distribution in New Cumberland, PA, and is intended to support propulsion and miscellaneous auxiliary systems for aircraft. This opportunity is a sole source procurement with W.R. Davis Engineering Limited as the only known source capable of providing the required repairs, as the government does not possess the necessary data to source this part from other suppliers. Interested parties must submit their capability statements to the primary contact, Jessica Grzywna, at jessica.t.grzywna.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued around April 22, 2025, and proposals due by May 22, 2025.
AN/BYG-1 Payload Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil.