R&S Upgrade
ID: N0017825Q6716Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a specific procurement request for a Wideband External Sequencing item associated with the Rohde & Schwarz SMW-B9 system. It details the deliverables expected, identifying one unit of the item (SMW-K502) required for the project. Importantly, it mandates that the supplier must be an authorized reseller for Rohde & Schwarz USA, Inc., ensuring compliance with contracting standards and manufacturer agreements. This requirement is critical to maintain quality assurance and to adhere to federal procurement guidelines. The structure of the document is straightforward, focusing on the item specification, quantity needed, and reseller stipulation, encapsulating the essential information necessary for the request for proposal (RFP) process. Overall, the file serves as a clear directive for potential vendors interested in fulfilling government procurement needs for specialized electronic components.
    The document pertains to a federal Request for Proposal (RFP) identified as N0017825Q6716, issued for commercial items, specifically focusing on the acquisition of Wideband Extension Sequencing equipment for Rohde and Schwarz SMW-B9, described as a sole-source brand name requirement. The proposal outlines key specifics including an offer due date of March 21, 2025, and details related to the shipping and delivery process. It incorporates various clauses from the Federal Acquisition Regulation (FAR) that govern contractor obligations concerning warranties, data rights, inspection, acceptance, and payment processes. The comprehensive terms guide contracting officers and offerors on compliance and requirements regarding invoicing through the Wide Area Workflow (WAWF) system. Additionally, terms aiming to enhance security, such as safeguarding covered contractor information systems, further emphasize the document's operational importance. Overall, the RFP illustrates a structured approach to procurement within the federal framework designed to ensure compliance, transparency, and the fulfillment of specific technological needs while fostering small business participation.
    Lifecycle
    Title
    Type
    R&S Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    WSSv5 Recording Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of WSSv5 Recording Hardware, specifically telecommunications hardware and software from Harmonic. This procurement is critical for maintaining the functionality and integration of existing MediaCenter and Spectrum systems, ensuring operational efficiency within the Department of the Navy. The contract will be awarded based on a firm fixed price structure, with all items requiring DoD unique identification and compliance with federal regulations. Interested vendors must submit their quotations electronically by the specified deadline and are encouraged to contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689 for further details.
    58--WBRE:WIDEBAND RECVR, 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 a wideband receiver, identified by NSN 7R-5841-016503575-RQ. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as they possess the unique design capabilities and technical data essential for maintaining the quality of the part. Interested parties must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Bridget M. Murphy at (215) 697-5047 or via email at BRIDGET.M.MURPHY6.CIV@US.NAVY.MIL.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    IBM Rational DOORS Engineering Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking proposals for the procurement of IBM Rational DOORS Engineering Software, designated under solicitation number N6449825Q5053. The contract aims to acquire 18 units of the IBM Engineering Requirements Management DOORS Family floating software to enhance requirements management capabilities within engineering projects, ensuring compliance with federal regulations and standards. This software is critical for optimizing requirements communication, collaboration, and verification, thereby streamlining project efficiency. Responses are due by 3:00 PM on March 18, 2025, with the delivery period set from April 1, 2025, to March 31, 2026. Interested vendors, particularly small businesses including service-disabled veteran-owned, HUBZone, and women-owned enterprises, should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details.
    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.
    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.
    16--RSP:RADAR SIGNAL PR, 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 a radar signal part, identified by NSN 7R-1680-016503573-RQ. The procurement is limited to approved sources due to the flight-critical nature of the item and the lack of adequate technical data for competitive solicitation. Interested vendors must provide necessary documentation for source approval along with their proposals, as the government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Bridget M. Murphy at (215) 697-5047 or via email at BRIDGET.M.MURPHY6.CIV@US.NAVY.MIL for further information.
    Abaco Single Board Computer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of specific electronic components, including an Abaco single board computer, a VME network switch, and associated video cards. The requirement emphasizes the need for brand name or equal products that are compatible with existing systems, highlighting the importance of advanced technological components in defense operations. This procurement is set aside for small businesses, reinforcing the government's commitment to supporting small enterprises in defense contracting, with proposals due by 5:00 PM on March 21, 2025, and an anticipated award date of April 20, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at 540-742-8050 for further information.
    Purchase COMSOL License Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the renewal of a COMSOL license to Comsol Inc. This procurement is essential for maintaining access to advanced simulation software that supports various research and development projects within the Navy. The purchase will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the requirements are met efficiently, and is not expected to exceed the simplified acquisition threshold of $250,000. Interested parties may express their capabilities to respond to this requirement by contacting James Buie at james.buie@nrl.navy.mil before the closing date of March 17, 2025, at 0800 hours.