Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
ID: N0016724Q0249Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking quotes for the procurement of the latest Njord Wave Generation software and G8 Control Card Firmware to update the MASK Wavemaker. This procurement includes installation, commissioning support, and wavemaker tuning services. The RFQ, not set aside for small businesses, demands responses by 4:00 PM on September 26, 2024. The requirement aims to address 2nd Order effects associated with Paddle Wavemakers, enhancing performance based on previous baseline measurements. Contractors must have prior experience with the Njord software and G8 firmware upgrades for eligibility. Deliverables include successful software installation, configuration, and validation of wavemaker performance post-upgrade. The anticipated delivery timeframe spans from October 1, 2024, to September 30, 2025, at the MASK Basin, with a fixed-price contract structure. This initiative embodies the government's continuous effort to modernize naval technology while ensuring compliance with federal regulations and standards.
    This government document outlines the justification for a procurement using other than full and open competition for software and firmware support services related to the MASK Wavemaker at NSWCCD. The Original Equipment Manufacturer (OEM), Edinburgh Designs, Ltd., is the only provider with the necessary proprietary software and firmware for the equipment's functionality. The rationale includes the high costs and extensive time required (approximately $30 million and a two-year timeline) for replacing the existing wavemaker if the upgrades are not pursued. Instead, updating the existing system will cost significantly less and result in a shorter downtimes of six weeks. To ensure fair pricing, the Government plans to conduct market research and obtain formal price proposals. The document demonstrates compliance with procurement regulations as it seeks to maximize efficiency while acknowledging limited competition due to the proprietary nature of the required products. It asserts ongoing efforts to enhance competition and solicit offers as technology evolves.
    Similar Opportunities
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    66--WAVE FORM SYNTHESIZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure nine units of the Wave Form Synthesizer, identified by NSN 7H-6625-015203633. The procurement is a total small business set-aside, and the government intends to negotiate with only one source due to the lack of available data or rights for alternative sourcing, making reverse engineering uneconomical. This equipment is critical for electrical and electronic properties measuring and testing, and interested parties must submit their capabilities or proposals within 45 days of this notice, with all inquiries directed to Andrew M. Stader at andrew.stader@navy.mil or by phone at (717) 605-2147.
    66--WAVE FORM SYNTHESIZ
    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 manufacture of Wave Form Synthesizers. This procurement aims to fulfill specific contract quality requirements and includes detailed specifications for the design and production of these electronic components, which are critical for various defense applications. The contract is set to be awarded on a firm-fixed-price basis, with an amendment extending the close date to February 28, 2025, and increasing the quantity from 32 to 34 units. Interested vendors should direct inquiries to Heather VanHoy at heather.a.vanhoy.civ@us.navy.mil for further details.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    Rohde & Schwarz Oscilloscope
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Rohde & Schwarz MXO 4 Series Oscilloscope, specifically the MXO44 model, along with various accessories and software licenses. This procurement is a firm fixed price purchase order based on a Brand Name Requirement, as the specified oscilloscope is the only model approved by the NAVSEA Calibration Program for use in Test and Monitoring Systems. The oscilloscope is critical for advanced electronic testing, featuring a base bandwidth of 200 MHz, upgradeable to 1.5 GHz, and is designed to meet stringent operational standards. Interested vendors must submit their quotes by September 24, 2024, at 1400 Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a specialized underwater sound equipment part identified by NSN 7R-5845-016433222-P8, with a quantity of one unit required for delivery FOB origin. This procurement necessitates engineering source approval from the design control activity to ensure the quality and reliability of the part, as it is flight critical and requires unique design capabilities and manufacturing knowledge from approved sources. Interested vendors must submit their proposals along with the necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochures, within 45 days of this presolicitation notice. For further inquiries, Kelly A. Gipson can be contacted at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.
    MODULATOR,SONAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing sonar modulators. This procurement focuses exclusively on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not typically owned by the government. The sonar modulators are critical components used in underwater sound equipment, emphasizing the importance of maintaining operational readiness for naval operations. Interested vendors must submit their offers, including a statement of data access and compliance with various quality and packaging standards, by the specified deadline, and can direct inquiries to Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil.
    NATIONAL OCEANOGRAPHIC PARTNERSHIP PROGRAM (NOPP)
    Active
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research, is soliciting proposals for the National Oceanographic Partnership Program (NOPP) to advance research on internal wave energy and its implications for global ocean models and forecasts. This initiative aims to foster collaboration among academia, industry, and government entities, emphasizing the importance of oceanographic science for national security and environmental protection. The total funding available for this program is up to $23 million over three years, with proposals due by November 22, 2024, at 3 PM EST, and selections expected by March 14, 2025. Interested parties can reach out to John Lewers at john.d.lewers.civ@us.navy.mil for further information.