DRD Collector Box Upgrade
ID: N32398-25-P-0606Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL MEDICAL RESEARCH CENTERSILVER SPRING, MD, 20910-7500, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, through the Naval Medical Research Center, is seeking to procure custom components for the Disorientation Research Device (DRD) from Conductix Wampfler, the sole source provider. This procurement is essential for the maintenance, upgrade, and life cycle management of the DRD, which is critical for research conducted at NAMRU Dayton. The unique qualifications and intellectual property rights of Conductix Wampfler justify this sole-source acquisition under statutory exceptions, ensuring compliance with FAR regulations while maintaining operational effectiveness. Interested parties can reach out to Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or Michael Ponzcek at michael.ponczek@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Medical Research Command (NMRC), located in Silver Spring, MD, seeks to acquire custom components for the Disorientation Research Device (DRD) from Conductix Wampfler, the sole source provider. This procurement is justified under statutory exceptions allowing other than full and open competition as outlined in 10 U.S.C. and FAR regulations, notably for acquiring essential, unique items where only one responsible source is available. Conductix Wampfler possesses the unique qualifications and intellectual property rights necessary for fabricating these components, which are critical for the maintenance and upgrade of the one-of-a-kind DRD device at NAMRU Dayton. Despite no additional market research being required due to the singularity of the source, the requirement will still be advertised per FAR guidelines to ensure compliance and transparency. The Contracting Officer validated the necessity of this sole-source acquisition to fulfill urgent operational requirements effectively. Future opportunities for competition will be assessed if new sources emerge. This document underscores the unique nature of the procurement and the constraints of competition within government acquisitions.
    Lifecycle
    Title
    Type
    DRD Collector Box Upgrade
    Currently viewing
    Solicitation
    Similar Opportunities
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc.
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc. for the procurement of specialized electromedical and electrotherapeutic apparatus. This procurement is in accordance with FAR 6.302-1, indicating that COSMED USA Inc. is the only source capable of fulfilling the specific requirements for these critical medical devices. The goods are essential for supporting the operational readiness and medical capabilities of the Navy. Interested parties can reach out to Kelly Polson at kelly.polson@navy.mil for further inquiries regarding this opportunity.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    16--BOMB RACK UNIT 14"-
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a Bomb Rack Unit, specifically the SRL Power Supply (NSN: 7R-1680-016010214-P8, P/N: 2000300-4), on a sole source basis from L3Harris Technologies, Inc. This procurement involves the acquisition of one unit, with delivery terms set to FOB Origin, and is critical for maintaining operational capabilities within the Navy's aircraft systems. The government intends to award the contract based on the unique qualifications of the OEM, as no other sources are approved to manufacture this part, and interested parties must submit their capability statements by email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil within 45 days of this notice, with an anticipated award date in May 2025.
    53--STANDOFF,PLAIN,SNAP
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as the STANDOFF, PLAIN, SNAP, with NSN 7R-5340-014258390-XE, from L3HARRIS TECHNOLOGIES INC. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, and is specifically intended for a Foreign Military Sales (FMS) buy for Australia. This procurement is critical as the item is proprietary to the Original Equipment Manufacturer (OEM), and no drawings or data are available for alternative sourcing, necessitating a sole source acquisition under 10 U.S.C. 2304(c)(1). Interested parties must submit their capability statements to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil within 15 days of this notice, with proposals accepted for consideration up to 45 days post-notice.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    59--CONNECTOR-SWITCH AS
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole source item, specifically the CONNECTOR-SWITCH AS, under the National Stock Number (NSN) 7R-5999-013013224-LA. The procurement involves a quantity of one unit, with delivery terms set as FOB Origin, and is intended for a Foreign Military Sales (FMS) buy for Australia. This item is critical as it is the only known source available from L3Harris Technologies Inc., the Original Equipment Manufacturer, and no drawings or data are available for alternative sourcing. Interested parties must submit their capability statements or proposals to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil, within 45 days of this notice, as the government intends to negotiate with only one responsible source. This procurement is not set aside for small businesses and will utilize electronic procedures for solicitation.
    SOLE SOURCE –CONVERSION / MODERNIZATION OF ELMA ELECTRONICS INC. CHASIS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to contract with ELMA Electronic Inc. for the sole source conversion and modernization of specific chassis. This procurement involves the modernization of part number 8950839G1, along with non-recurring engineering (NRE) services and shipping, all of which must adhere to the provided Statement of Work and associated drawings. The modernization services are critical for maintaining the operational capabilities of naval equipment, as ELMA Electronic Inc. is the Original Equipment Manufacturer (OEM) and the only source authorized to perform these specialized services. Interested vendors must submit their capability statements by 4:00 PM Eastern Time on March 19, 2025, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    Naval Surface Warfare Center Carderock Division intent to sole source RedHat software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, intends to award a Sole Source Firm Fixed Price Contract for RedHat software licenses to DLT Solutions, LLC. This procurement specifically seeks to renew three licenses for RedHat Ansible Tower software, which is critical for managing Linux devices within the RDT&E network, ensuring standardized configurations and enhanced security. The necessity for sole sourcing arises from the Department of the Navy's Enterprise Software Licensing Agreement, which mandates procurement exclusively from DLT Solutions due to proprietary rights and exclusive licensing agreements. Interested parties may challenge this sole source decision by submitting written documentation to David Crouch at david.w.crouch3.civ@us.navy.mil by the specified deadline. The renewal period for the software licenses is set from May 1, 2025, to April 30, 2026.