SOLE SOURCE - DOWNCONVERTERS
ID: N6660425P0427Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

FILTERS AND NETWORKS (5915)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure twelve (12) Down Converters 6 CH on a Sole Source basis from Narda Miteq, with a Firm Fixed Price (FFP) contract anticipated. This procurement is critical for supporting defense operations and is classified under the NAICS code 334419, which pertains to Other Electronic Component Manufacturing. The solicitation, identified by RFQ number N6660425Q0427, will remain open for less than 15 days, with a required delivery period of 30 weeks after contract award. Interested vendors are encouraged to submit capability statements for future consideration, and inquiries can be directed to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) issues a combined synopsis and solicitation (RFQ number N6660425Q0427) for the procurement of twelve (12) Down Converters 6 CH on a Firm Fixed Price (FFP) basis from Narda Miteq, citing a Sole Source rationale as per FAR 13.106-1(b). The solicitation will remain open for under 15 days and will not include a formal written proposal process. Responses are encouraged from all capable vendors for future consideration regarding competitive requirements. The delivery period is specified as 30 weeks after contract award. The procurement falls within the NAICS code 334419, with a small business size standard of 750 employees. Incorporated clauses and provisions adhere to current federal regulations, including numerous FAR and DFARS clauses relevant to defense contracting and cybersecurity measures. Vendors are required to have active registrations with the System for Award Management (SAM) prior to contract award. For inquiries, contact Jennifer Vatousiou via the provided email. This document emphasizes compliance and regulatory protocols in government acquisitions while facilitating streamlined procurement processes tailored for commercial items.
    The document outlines a determination by the Contracting Officer regarding the anticipated costs for supplies/services, affirming they are fair and reasonable based on past procurement data. This assessment indicates that significant quantities have been previously acquired from the same offeror, and relevant cost/pricing information will be utilized to support this conclusion. Additionally, the document states there are currently no plans to compete future contracts for the specified supplies. However, should any new sources arise, Code 34 will evaluate the possibility of competitive bidding for future needs. This overview reflects standard practices in federal contracting, emphasizing cost assessment and the management of competitive procurement processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    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.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    Brand Name Requirement for Renesas Electronics Beamformer Chips and Amplifiers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking to procure brand name Renesas Electronics beamformer chips and amplifiers through a Combined Synopsis/Solicitation. Interested vendors must provide all items and quantities specified in the attached RFQ document, as partial submissions will not be considered. These components are critical for advanced electronic applications within defense systems. Quotes must be submitted via the Procurement Integrated Enterprise Environment (PIEE) by 18 December 2025 at 12:00 PM Pacific Time, with all inquiries directed to Trinity Anglo at trinity.l.anglo.civ@us.navy.mil, referencing RFQ N66001-26-Q-6022.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Receiver Transmitter, identified by NIIN 016298083. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current one, necessitating Government Source Approval prior to award. The items are critical for military operations, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil or by phone at 215-697-1202.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This equipment is critical for repositioning towed array stowage drums used in repair operations for various classes of submarines, including the OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA classes, with a minimum capacity requirement of 8000 lbs. Interested contractors must adhere to strict security compliance, including CMMC Level 2 requirements, and submit their quotes by December 30, 2025, with questions due by December 19, 2025. For further inquiries, potential offerors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    MONOPLUSE COMBINER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Monopluse Combiner, a critical component in electrical and electronic assemblies. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific guidelines including the IUID requirements and a Repair Turnaround Time (RTAT) of 110 days after receipt of the asset. This contract is vital for maintaining operational readiness and ensuring the reliability of Navy equipment, with the expectation that contractors will meet stringent quality assurance and inspection standards. Interested vendors should submit their quotes electronically to Aaron D. McFee at aaron.d.mcfee.civ@us.navy.mil, with all proposals due by the specified deadline.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.