Microwave Engineering Corp Antenna Elements
ID: N6660425Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a five-year, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract to Microwave Engineering Corp for the fabrication, testing, and repair of Periscope and Photonics antenna assemblies. The procurement aims to ensure the operational readiness of these critical components, which are essential for U.S. Navy operations, by utilizing Government Furnished Property and adhering to specific manufacturing and quality assurance standards outlined in the Statement of Work. The contract will be funded through Working Capital funds, with a focus on maintaining stringent performance and acceptance criteria, and is currently set as a sole-source award due to Microwave Engineering Corp's unique qualifications as the original manufacturer. Interested parties can reach out to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or call 401-832-6525 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Sea Systems Command is seeking approval for a sole-source award to Micro Engineering Corporation (MEC) for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the fabrication and repair of Periscope and Photonics antenna assemblies, crucial for U.S. Navy operations. The total anticipated value will be funded through Working Capital funds, covering a wide range of antenna elements over five years. MEC is uniquely qualified as it is the original manufacturer of these components, having successfully met stringent performance and acceptance standards set by the Naval Undersea Warfare Center. The justification for bypassing full and open competition is rooted in MEC's exclusive capabilities and expertise, which are required to fulfill the Government's specific needs. Although currently deemed a sole source, the government acknowledges the potential for future competition and is committed to revisiting this requirement to promote openness when feasible. A comprehensive price analysis will be conducted to ensure cost fairness before contract award, reflecting a rigorous approach to procurement practices in compliance with federal regulations.
    This document serves as an addendum regarding the distribution and export control information relevant to certain technical data associated with the Department of Defense (DoD). Specifically, it addresses Distribution Statement D, which limits access to authorized DoD personnel and U.S. DoD contractors for critical technology identified in the data formatting outlined in CDRLs A001-A006. Additionally, it includes an EXPORT CONTROL WARNING NOTICE, highlighting restrictions on the dissemination of the document under the Arms Export Control Act and the Export Administration Act. Violation of these export laws carries severe penalties, and dissemination must align with the guidelines established in DoD Directive 5230.25. This document underscores the importance of managing sensitive technical data and provides specific instructions for compliance with federal export regulations.
    This document is a combined synopsis and solicitation for commercial items by the Naval Undersea Warfare Center Division, Newport. It constitutes a Request for Quote (RFQ) numbered N66604-25-Q-0074, seeking quotations for a five-year, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Microwave Engineering Corp. The procurement covers fabrication, testing, and repair of Periscope and Photonics antenna assemblies, utilizing Government Furnished Property, according to specified statements of work. The document details various contract line items (CLINs) and quantities for antenna elements and test evaluations, emphasizing a maximum quantity and minimum guarantees. Key provisions include pricing structures, delivery timelines, and registration requirements with the System for Award Management (SAM). Important restrictions apply regarding access to export-controlled drawings, necessitating valid Joint Certification Program (JCP) certification and specific cybersecurity compliance. The government reserves the discretion to award the contract based on responses, with clear stipulations on delivery deadlines and evaluation criteria. The solicitation encourages timely and compliant submissions, highlighting the government's procedural adherence to established federal acquisition regulations.
    The Statement of Work (SOW) outlines the requirements for the Naval Undersea Warfare Center (NUWCDIVNPT) regarding the production, inspection, evaluation, and repair of antenna elements for periscopes and photonics systems. The contract emphasizes the need for new antenna element production, technical inspections of failed components, standard repair services, and readiness for technical insertion of new variants. The contractor is required to follow specific manufacturing standards, conduct quality assurance testing, and deliver compliance reports. Additionally, the SOW elaborates on the government's quality surveillance and performance standards to evaluate contractor performance in technical quality, cost control, and schedule adherence. Furthermore, it mentions the necessary security protocols to safeguard sensitive information and operational security measures required during contract execution. This document serves as the framework for supporting the Navy's operational capabilities through effective management of antenna system components, ensuring they meet readiness and repair standards for the Fleet.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    MICROWAVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanic, is soliciting proposals for the procurement of a Microwave Unit. This contract aims to acquire essential electronic components, categorized under the NAICS code 334419, which are critical for fire control radar equipment, excluding airborne systems, as indicated by the PSC code 1285. The Microwave Unit plays a vital role in enhancing the operational capabilities of naval systems. Interested vendors can reach out to Stephanie R. Perez at 717-605-1306 or via email at STEPHANIE.R.PEREZ1@NAVY.MIL for further details regarding the solicitation process.
    Capstan Main Frame Fabrication
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotations for the fabrication of a Capstan Main Frame Welded Unit, with a quantity of one, under Request for Quotation (RFQ) number N66604-25-Q-0143. The procurement is structured as a Firm Fixed Price contract, requiring compliance with military standards, including specific welding certifications and adherence to delivery timelines. This equipment is crucial for the deployment and retrieval operations of submarines, emphasizing the importance of quality and compliance in military operations. Interested vendors must submit their quotations by March 18, 2025, and can contact Amy Prisco at amy.k.prisco.civ@us.navy.mil or call 401-832-8503 for further information.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) units and associated engineering services. The procurement aims to develop, test, and deliver RFDACS components, which are critical for military submarine operations, including obsolescence management and compliance with technical specifications. The total contract ceiling is set at $49,525,360, with a contract duration of 60 months, and a minimum small business participation target of 20%. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or Devin Santerre at devin.t.santerre.civ@us.navy.mil.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    Sole Source: ThorLabs Optical Kit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking to procure a ThorLabs Optical Modulator Kit on a sole source basis. This procurement is essential due to the technical compatibility of ThorLabs' products with existing systems, which is critical for accurate data collection and efficient resource management. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by March 19, 2025, and delivery required to Naval Station Newport, Rhode Island. Interested vendors must ensure their quotes include all necessary company details and comply with registration requirements in the System for Award Management (SAM), and they can direct inquiries to Amy Prisco at amy.k.prisco.civ@us.navy.mil.
    PERISCOPE,TUBE,OUT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting quotations for the procurement of a periscope tube, a critical component for shipboard operations. The procurement emphasizes stringent quality assurance requirements, including certifications, first article tests, and material traceability, to ensure reliability and compliance with military specifications. This acquisition is particularly significant as it involves 'special emphasis material,' which necessitates careful control measures to enhance the operational capability of naval forces. Interested contractors can reach out to Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL for further details, noting that government financing is not authorized for this procurement.
    New BeCu Machined Part Production
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide Beryllium Copper (BeCu) machined parts, including radome clamps and bases, under a Firm Fixed Price contract. The procurement encompasses a four-year order with specified yearly quantities, emphasizing compliance with delivery timelines and technical specifications, including the submission of various reports such as the First Article Acceptance Test (FAAT) Report and Certificate of Compliance. These components are critical for the development of advanced antenna systems, ensuring operational effectiveness in defense applications. Interested vendors must submit their quotes by March 19, 2025, and can contact John Paul McCauley at john-paul.mccauley.civ@us.navy.mil or 401-832-2126 for further information.
    Next Generation Fathometer
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is preparing to procure the Next Generation Fathometer (NGF), which includes a SONAR Sounding Set comprising a SONAR receiver-transmitter, mounting equipment, remote indicators, and associated technical documentation. This procurement is critical for enhancing naval capabilities in underwater detection and navigation, aligning with the needs of the Navy's operational requirements. The anticipated solicitation number is N0025325R7005, with a planned contract award date of August 27, 2025, under a Firm-Fixed-Priced Indefinite Delivery/Indefinite Quantity (IDIQ) structure, promoting full and open competition. Interested parties should submit proposals electronically by the specified deadlines and may contact Michael Beadle or Terrell Burt for further inquiries regarding the procurement process.
    Harpoon Cable Assemblies
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the design, certification, and production of Harpoon Cable Assemblies, specifically targeting small businesses under NAICS code 335931. The procurement includes non-recurring engineering services, first article testing, and production of various cable assemblies for naval applications, with a focus on ensuring compliance with governmental specifications and operational readiness for international defense collaborations. Interested contractors must submit their proposals electronically by April 1, 2025, and are required to meet specific eligibility criteria, including certifications and past performance references. For further details, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or call 401-832-6525.