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
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
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.
Solidworks PDM Installation & Training
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotations for the installation and training of SolidWorks PDM Professional software. This procurement is a brand-name only requirement aimed at enhancing version control and work distribution for CAD models in engineering projects, with a focus on providing installation, configuration, and training services for up to 30 users. The selected contractor will also offer remote consulting support post-implementation, with installation expected to be completed within one week of contract award and training conducted online. Interested parties must submit their quotes by April 28, 2025, and all inquiries should be directed to Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
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).
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.
66--DETECTOR ASSEMBLY,F, 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 eight units of the Detector Assembly, F, for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement, with proposals due within 45 days of this notice. For further inquiries, potential bidders can contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.E.Catchings.CIV@us.navy.mil.
58--MODULE,HPOI DWN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the MODULE, HPOI DWN, which is critical for electronic countermeasures and related systems. The procurement requires adherence to strict quality assurance standards, including compliance with MIL-STD-130 for marking and ISO 9001 for quality systems, ensuring that all supplied materials are free from mercury contamination due to their application in submarines and surface ships. Interested contractors must submit their proposals via NECO or email by the extended deadline of 4:30 PM Eastern USA time on May 9, 2025, and can direct inquiries to Daniel C. Shepley at 717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil.
Request for Information/Synopsis - 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 seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
Anderometer Hydraulics Replacement/Rebuild
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide replacement and rebuild services for the hydraulics system of an anderometer, a critical testing apparatus used in vibration testing of ball bearings for nuclear plant components. Contractors are required to submit a capabilities package and participate in a mandatory site visit scheduled for April 24, 28, and 29, 2025, to assess the equipment prior to quoting. The procurement is set aside for small businesses under NAICS code 811310, with a contract duration of one base year and an option for an additional year, evaluated on a lowest price technically acceptable basis. Interested parties must submit their quotes by May 2, 2025, and direct any inquiries to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.