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
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through 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 specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    UPGRADE SENSOR ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure engineering services to upgrade ten existing DT-705A sensor assemblies to the Low Noise product baseline. This procurement is critical as the DT-705A sensor assembly is uniquely suited to meet the form, fit, and function requirements of the existing platform infrastructure, and Falmouth Scientific Inc. is the sole source authorized to perform this upgrade due to proprietary rights over the necessary components. The contract is set for a firm fixed price with a performance period from January 16, 2026, to January 15, 2028, and interested parties may submit capability statements or proposals for consideration. For further inquiries, contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three circuit card assemblies for repair and modification purposes. The procurement involves a specific National Stock Number (NSN 7H-5998-016040221) and is limited to one source due to the government's lack of ownership of the necessary data for competitive procurement, which has been deemed uneconomical to acquire or reverse engineer. Interested parties have 45 days to express their interest or submit proposals, with the understanding that the government retains discretion over whether to pursue competitive procurement based on the responses received. For further inquiries, interested vendors can contact Stephen A. Knox at (717) 605-6805 or via email at STEPHEN.A.KNOX.CIV@US.NAVY.MIL.
    58--PROJECTOR,SONAR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure two sonar projectors under a presolicitation notice. The procurement involves the repair and modification of a specific part identified by NSN 7H-5845-015035473, with the government indicating that it does not own the necessary data or rights to purchase or contract repair from other sources, making it uneconomical to reverse engineer the part. This equipment is critical for underwater sound applications, and the government intends to negotiate with only one source under FAR 6.302-1, although all responsible sources may express their interest and capability within 45 days of the notice. Interested parties should contact Stephen A. Knox at (717) 605-6805 or via email at STEPHEN.A.KNOX.CIV@US.NAVY.MIL for further details.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    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.
    Model 590 Goniometer/Tensiometer
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure two Rame-Hart Instrument Model 590 Goniometer/Tensiometer units along with associated hardware on a Brand Name basis. These advanced automated instruments are essential for research and development on non-metallic materials, enabling various measurements such as contact angle, surface free energy, and interfacial tension using DROPimage Advanced v3.25 software. The instruments must comply with TAA regulations, be manufactured and distributed in the U.S., and be compatible with a 2025 PC. Quotes are due by 12:00 PM EST on January 9, 2026, with delivery required by February 27, 2026, to the Naval Surface Warfare Center in West Bethesda, MD. Interested parties can reach out to Arnel Ngo at arnel.ngo@navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further inquiries.
    SOLE SOURCE – JL SHEPHERD IRRADIATOR REPAIR
    Dept Of Defense
    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
    Dept Of Defense
    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.