Upgrade of an Orbit Advanced Technologies-brand Tapered Anechoic Chamber
ID: N61331-25-R-SV01Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, intends to award a Firm Fixed Price contract on a sole source basis to Orbit Advanced Technologies, Inc. for the upgrade of an existing tapered anechoic chamber. This upgrade is necessary as the current RF absorber, positioner, controller, and test equipment, which have been in use since 2006, are at the end of their useful life and require modernization to support the U.S. Navy's mission effectively. The tapered anechoic chamber plays a critical role in testing and measuring electrical signals, making it essential for the Navy's operational capabilities. Interested parties can reach out to Samantha Story Vitale at samantha.s.vitale.civ@us.navy.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    CONFORMAL CONTROLLED RECEPTION PATTERN ANTENNA (C-CRPA) CONTRACT N0042122C0015
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Firm-Fixed Price modification under contract N0042122C0015 for an additional option year (OY5) to procure Conformal Controlled Reception Pattern Antennas (C-CRPA) from BAE Systems Information and Electronics. This procurement is being pursued on a sole-source basis due to BAE Systems' unique engineering expertise and possession of the necessary technical and proprietary data, which are critical to fulfilling the agency's requirements without causing delays. The C-CRPA is vital for enhancing airborne radio navigation capabilities, ensuring operational effectiveness in various defense applications. Interested parties can reach out to Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil or Travora Levasseur at travora.r.levasseur.civ@us.navy.mil for further information.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    58--PANEL,SONAR GTC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panels, identified by NSN 1H-5845-015938990-ST, with a total quantity of 2 units. This procurement requires engineering source approval to ensure the quality of the parts, necessitating that any alternate sources must qualify according to the design control activity's procedures approved by the relevant Government engineering activity. The sonar panels are critical components used in underwater sound equipment, and the contract will only be awarded to offerors who meet the qualification requirements at the time of award, as outlined in FAR clause 52.209-1. Interested parties should contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and they are encouraged to express their interest in providing commercial items within 15 days of this notice.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    58--TOWED ARRAY SUBASEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Towed Array Subasem, categorized under NAICS code 334290 for Other Communications Equipment Manufacturing. This procurement involves stringent quality requirements, including First Article Testing and production lot testing, to ensure compliance with military specifications and standards, particularly for underwater sound equipment. The successful contractor will be responsible for adhering to multiple drawing and military specification requirements, with a focus on quality assurance and configuration control, as the equipment is critical for naval operations. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    Depot Level Repair and Maintenance of AN/AQS-24 Sonar System and Related AMCM Systems
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to extend the Period of Performance for an existing contract with Northrop Grumman Systems Corporation for depot level repair and maintenance of the AN/AQS-24 Sonar System and related AMCM systems. This extension will cover a range of services including repair, maintenance, spares, engineering support, alteration, overhaul, production, modification, and upgrades for various sonar detecting sets and related equipment. The AN/AQS-24 system is critical for naval operations, and Northrop Grumman, as the original equipment manufacturer, possesses the proprietary data and expertise necessary to fulfill these requirements without incurring significant risk or cost to the government. The contract extension is anticipated to last an additional 36 months, from March 18, 2027, to March 17, 2030, with inquiries directed to Contracting Officers Charlotte Blue at charlotte.v.blue.civ@us.navy.mil and Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    ANTENNA CONTROL SUB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Antenna Control Sub, under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to establish a contract for the repair services, requiring a Repair Turnaround Time (RTAT) of 300 days, with all repairs to be conducted in accordance with the contractor's standard practices and the government's specifications. This equipment is critical for military communications and operational effectiveness, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes via NECO or email, and for further inquiries, they can contact Owen McNamara at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.