Input-Output Controller & Associated parts
ID: N6449824Q5129Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of twelve fully assembled Input-Output Controllers (IOCs) and associated parts for various U.S. Navy vessels, including the LHA 6 and LPD 32 classes. The procurement aims to enhance the Navigation Critical Distribution System (NCDS) by ensuring compliance with military standards and technical specifications, while also addressing challenges related to parts obsolescence and counterfeit prevention. This initiative is critical for maintaining the operational readiness and reliability of naval navigation systems. Interested small businesses must submit their proposals by the extended deadline of October 16, 2024, and can contact Shawn M. Waters at shawn.m.waters@navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines requirements for the Naval Surface Warfare Center Philadelphia Division (NSWCPD) related to upgrading the Input-Output Controllers (IOCs) for the Navigation Critical Distribution System (NCDS) on U.S. Naval ships, specifically the LHA 6, LPD 31, and LPD 32 classes. The contractor is tasked with providing 12 fully assembled IOCs, ensuring they meet technical specifications and conducting factory acceptance testing. Responsibilities include notifying relevant authorities of parts obsolescence, implementing counterfeit material prevention measures, and safeguarding controlled information throughout the project. The SOW emphasizes strict adherence to security protocols and outlines applicable standards, documentation, and communication procedures between the contractor and government personnel. This initiative aims to enhance the navigation data systems critical for ship operations and mission readiness while addressing challenges associated with material sourcing and cybersecurity compliance.
    The document is a Request for Quote (RFQ) from the Naval Surface Warfare Center (NSWC) Philadelphia Division, seeking contractors to provide twelve fully assembled Input-Output Controllers (IOCs) for various Navy vessels, including the LHA 6 and LPD 32. The procurement requires adherence to specified technical data packages and outlines the scope of work, including assembly, testing, and verification of the IOCs. Key deliverables include four units each for LHA 6, LPD 31, and LPD 32, along with a technical report and first article testing. The solicitation emphasizes compliance with various military standards, provides detailed specifications and requirements regarding the manufacturing processes, and mandates operations security measures. Additionally, the contractor must manage parts obsolescence and implement counterfeit prevention strategies. The document specifies crucial deadlines for deliverables and set terms for payment processing through the Wide Area Workflow (WAWF). Overall, the purpose of this RFQ is to procure critical hardware for naval navigation systems while ensuring quality, security, and compliance with national defense standards. This initiative demonstrates a structured approach in federal procurement processes, targeting reliable suppliers capable of meeting stringent military requirements.
    The document serves as an amendment to a solicitation issued by the Naval Surface Warfare Center regarding Request for Quotations (RFQ) N6449824Q5129. The main purpose is to extend the deadline for submissions from August 28, 2024, to September 5, 2024, at 3:00 PM, while all other terms and conditions remain unchanged. The contracting officer's name and signature are provided, confirming the amendment's validity, and it outlines the methods through which contractors may acknowledge receipt of the amendment. Additionally, it highlights that any modifications to offers must reference the solicitation and be submitted prior to the new deadline. This amendment is a standard procedural update typical in federal RFPs, ensuring all participants are informed of the changes in timelines and submission requirements.
    The document is an amendment to a solicitation, specifically extending the Request for Quotations (RFQ) closing date from September 5, 2024, to October 16, 2024. The Naval Surface Warfare Center in Philadelphia, under contract ID N6449824Q5129, issued this modification to maintain the existing terms and conditions, which remain unchanged. The contracting officer, Shawn Waters, emphasizes that acknowledgment of receipt of this amendment is essential for it to be valid, and offers the methods for submission. This amendment falls under federal government contracting procedures, reflecting standard protocols for managing RFQ changes in compliance with the Federal Acquisition Regulation (FAR). The essence of the document is to communicate a critical timeline adjustment necessary for potential contractors engaged in the bidding process.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a government contract, focusing on data items deemed necessary for contractor performance evaluation within the Department of Defense framework. It details the required data item, including its title, authority, contracting office, submission requirements, and distribution statements. The document specifies the submission of technical reports related to factory acceptance tests and qualification tests, mandated to be submitted within 60 days post-contract award, and subsequent updates are required as changes occur. The form also highlights key elements such as the contractor’s responsibilities for data submission and approval processes, and it provides an overview of pricing groups to categorize the data items based on their necessity and compliance with government requirements. The primary purpose of this document is to ensure that contractors fulfill data submission requirements accurately, thereby maintaining quality control in government contracting processes and facilitating effective performance evaluations. Overall, the form functions as a guideline for both government personnel and contractors to streamline the communication of data requirements throughout the contract lifecycle.
    The document outlines a Request for Proposal (RFP) for the construction and delivery of Input-Output Controllers (IOCs) for specific U.S. Navy vessels, including the LHA 6, LPD 31, and LPD 32 classes. The Naval Surface Warfare Center, Philadelphia Division, seeks to enhance its Navigation Critical Distribution System by procuring twelve fully assembled and tested IOCs. Key requirements include adherence to technical data packages, compliance with military standards, and timely delivery to the specified location. Specific quantities for the IOCs are detailed, along with a timeframe for first article testing and equipment acceptance. The document also highlights various regulatory compliance aspects, including information security, warranty provisions, and guidelines for mitigating issues related to counterfeit materials. Emphasis is placed on the necessity of providing documentation that verifies compliance with the shipping and material standards required by the government contract. The RFP ultimately illustrates the government's intent to modernize and ensure reliability in its navigation systems across naval vessels while maintaining strict operational standards.
    Lifecycle
    Title
    Type
    Solicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    Input Ouput Cards
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the acquisition of Input-Output Controllers (IOCs) to upgrade the Navigation Critical Distribution System (NCDS) on the USS Theodore Roosevelt (CVN 71). The procurement aims to enhance navigation capabilities by upgrading four IOCs, which are critical for delivering navigation data to essential systems on naval vessels, while ensuring compliance with military standards and preventing counterfeit materials. Interested small businesses are encouraged to submit their proposals by the extended deadline of October 2, 2024, with all components required to be delivered by January 30, 2025. For further inquiries, potential offerors may contact Shawn M. Waters at shawn.m.waters@navy.mil.
    59--LICA,1553,VME PMC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 23 units of the LICA,1553,VME PMC, under solicitation number N00104. This procurement requires compliance with specific quality assurance and inspection standards, as the items are critical components in electronic systems, emphasizing the importance of reliability and performance in defense applications. Interested vendors must submit their quotes to Heather VanHoy via email by the extended deadline of April 15, 2024, and should note that the procurement will not be set aside for small businesses due to the unique capabilities required for this NSN. For further inquiries, vendors can contact Heather VanHoy at 717-605-3528 or via email at heather.vanhoy@navy.mil.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    16--ELECTRONIC CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of electronic control components, identified by NSN 7R-1680-016285772-P8, with a quantity of 5 each. The procurement is critical as the item is flight critical, requiring government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested parties must provide comprehensive technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice. For further inquiries, Patrick J. Kilkenny can be contacted at (215) 697-2560 or via email at PATRICK.J.KILKENNY2.CIV@US.NAVY.MIL.
    61--NDI CBL SET MNT KIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of 19 each NDI CBL Set MNT Kits, identified by NSN 1H-6150-015084509-X5. The procurement requires delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA, with the contract to be awarded based on the submission of proposals that meet the solicitation requirements. This equipment is crucial for military operations, and the government intends to negotiate with Northrop Grumman as the sole source, although other responsible sources may submit proposals for consideration. Interested parties should contact Duana Cloyd at (717) 605-5722 or via email at DUANA.CLOYD@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    59--INPUT-OUTPUT MODULE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of an Input-Output Module. The procurement aims to secure a reliable repair service that meets specific operational and functional requirements, with a focus on a Repair Turnaround Time (RTAT) of 35 days. This module is critical for various defense applications, and the government emphasizes the importance of timely and quality repairs to maintain operational readiness. Interested contractors must submit their quotes by April 10, 2024, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    16--NRP,CONTROL PANEL C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of Control Panel C, identified by NSN 7R-1680-016102356-E7, with a quantity of 8 units required. This procurement is critical for maintaining operational readiness and ensuring the functionality of miscellaneous aircraft accessories and components. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities within 45 days of this notice. For further inquiries, interested vendors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOD,HPOI RDU B1 system. This procurement aims to ensure the operational readiness of critical electronic countermeasures and related systems, which are vital for national defense and military operations. The solicitation has been extended to October 11, 2024, and emphasizes the need for a Repair Turnaround Time (RTAT) that meets or exceeds government requirements, with all freight handled by the Navy. Interested contractors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL for further details and to submit their proposals.
    58--MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the MOD,HPOI RDU B1, which falls under the NAICS code 334511 for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The contract will be a firm-fixed price arrangement, requiring the contractor to manufacture and deliver the specified item within 480 days, with government source inspection mandated prior to acceptance. This procurement is critical for maintaining operational readiness and effectiveness in defense capabilities, and interested vendors must submit their proposals by the specified deadline, ensuring compliance with all outlined requirements, including proof of being an authorized distributor if applicable. For further inquiries, potential offerors can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    70--PROCESSOR,GATEWAY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of a flight-critical processor gateway, identified by NSN 0R-7025-016984050-RQ. This opportunity requires government source approval prior to contract award, as the technical data available has not been deemed adequate for full and open competition, meaning only previously approved sources will be considered. The procurement is essential for maintaining operational readiness and support for naval systems, with delivery terms set as FOB Origin. Interested vendors must contact Kathryn S. Hull at (215) 697-6646 or via email at KATHRYN.HULL@NAVY.MIL for further details, and must ensure all required documentation for source approval is submitted with their proposals to be considered for award.