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
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contractor for the maintenance, repair, and upgrade of Government Furnished Equipment (GFE) related to the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement aims to ensure the operational readiness and reliability of critical microwave tube equipment used in various defense applications. This opportunity falls under the Engineering Services industry (NAICS 541330) and is categorized for equipment and materials testing related to ship and marine equipment (PSC H220). Interested parties can reach out to Kori Koss at kori.l.koss.civ@us.navy.mil or by phone at 812-805-0753 for further details regarding this presolicitation notice.
    Next Generation SSGTG XT FADC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms for the development of the Next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) project, aimed at developing and delivering essential components for military submarines. The procurement includes manufacturing, testing, and compliance with technical specifications for the RFDACS OK-700 system, with a total contract ceiling of $49,525,360 and a duration of 60 months. This initiative is critical for enhancing the operational capabilities of the U.S. Navy's submarine fleet, ensuring advanced communication and control systems are effectively integrated. Interested contractors must submit their proposals by March 14, 2025, and can reach out to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or call 401-832-6462 for further information.
    GNAT Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of GNAT Software, which is essential for Ada software development in defense-related projects. This opportunity is set aside for small businesses and focuses on acquiring GNAT Pro Enterprise software, which is critical for the ongoing development of the Submarine Ship Control System programs, due to its unique compatibility and functionalities. The procurement process is governed by federal regulations, with a firm-fixed price contract structure and a submission deadline for quotes set for 11:00 AM on March 3, 2025. Interested vendors can reach out to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, classified under solicitation number N3220525Q2123. This procurement is critical for naval operations, as the degaussing systems are essential for ensuring the operational safety and effectiveness of naval vessels. Interested vendors must submit their quotes, including technical specifications and pricing, by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    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.
    Upgrade OrCad Pro to Allegro X-Designer
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for the upgrade of OrCad Pro to Allegro X-Designer, a critical software solution for Printed Circuit Board (PCB) design. The procurement aims to acquire software that supports scalable PCB design, featuring real-time design insights, live design rule checks, and integrated MCAD co-design functionalities, which are essential for enhancing production efficiency and reducing errors in the design process. This initiative underscores the importance of advanced design tools in meeting the operational needs of the NRL, facilitating a seamless transition from prototype to production. Interested parties should contact Andrea Graves at Andrea.L.graves6CIV@NRL.NAVY.MIL or Alvin Williams at alvin.williams.civ@us.navy.mil for further details regarding the submission process and deadlines.