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
    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.
    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
    CARD CARRIER(VER 3)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the CARD CARRIER(VER 3), a component critical for military applications. The procurement requires qualified contractors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation, with a requested repair turnaround time of 150 days. This contract is vital for maintaining operational readiness and ensuring compliance with military standards, particularly as the items will be used on submarines and surface ships, necessitating strict adherence to quality and safety regulations. Interested vendors should submit their proposals, including any exceptions to the solicitation requirements, to the primary contact, Catherine H. Tran, via email at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    Calibration and Repair Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – JL SHEPHERD IRRADIATOR REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a contractor for the sole source repair of the JL Shepherd Irradiator. This procurement is justified under the maintenance, repair, and rebuilding of laboratory equipment, indicating the critical nature of the services required for the proper functioning of this specialized equipment. The JL Shepherd Irradiator is essential for various defense-related applications, underscoring the importance of timely and effective repair services. Interested parties can reach out to Kelly Kapanzhi at kelly.l.kapanzhi.civ@us.navy.mil for further details regarding this opportunity.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    CPI Amplifier Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a CPI X Band Amplifier, specifically the VSX3642 model. The contractor will be responsible for evaluating and repairing the amplifier, which is currently in use and can only be serviced by the original equipment manufacturer due to its proprietary design. This procurement is critical for maintaining operational capabilities within the Navy, as the amplifier is essential for various defense applications. Proposals are due by December 12, 2025, with an anticipated award date of December 22, 2025. Interested parties should contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241 for further details.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Large Hydrostatic Test Chamber Design and Fabrication
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    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 proposals for the repair and modification of circuit card assemblies, identified by NSN 7H-5998-013864016, with a quantity of 30 units required for delivery to DLA Distribution in New Cumberland, PA. This procurement necessitates engineering source approval to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for the manufacturing and repair processes. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.