Mercury Systems Switch
ID: N6660424Q0515Type: 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

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a solicitation for a firm fixed-price purchase order for a specific SP2T Switch from Mercury Systems, Inc. This procurement is necessary to ensure compatibility with existing government systems and will be conducted on a sole-source basis to avoid delays and excessive costs associated with equipment replacement. The solicitation requires proof of item origin, confirmation that all items are new, and details about the contractor's capabilities, with a submission deadline of September 11, 2024. Interested parties may contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) is issuing a solicitation for commercial items under RFQ number N6660424Q0515, intending to award a firm fixed-price purchase order to Mercury Systems, Inc. for a specific SP2T Switch, necessary for compatibility with existing government systems. This procurement will be handled on a sole-source basis due to the need for brand-specific compatibility, avoiding potential delays and excessive costs from replacing equipment. The solicitation does not seek competitive quotes, although other responsible sources may submit information that will be considered for future procurement decisions. Key submission requirements include proof of item origin, confirmation that all items are new, and details about the contractor's capabilities. The submission deadline is set for September 11, 2024. Compliance with numerous Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations (DFARS) clauses is mandatory, assuring adherence to standards, including security and equal opportunity provisions. The awarding decision will be based on the lowest price technically acceptable approach while asserting the government's right to terminate contracts for noncompliance. The document emphasizes the government’s commitment to responsible procurement and the rigorous standards governing contractor responsibilities.
    Lifecycle
    Title
    Type
    Mercury Systems Switch
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mercury Data Transfer Unit (DTU) Obsolete Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to negotiate a delivery order for Mercury Data Transfer Unit (DTU) obsolete parts on a sole-source basis with Mercury Mission Systems. This procurement is essential as Mercury is the only source that possesses the complete engineering and technical data required for the DTUs, which are critical components for the V-22 Joint Program Office. Interested parties may submit capability statements within fifteen days of the publication of this notice, although the government intends to proceed without competition based on the unique qualifications of Mercury Mission Systems. For further inquiries, interested parties can contact Erin M. Walker or Jeffrey Norris via their provided email addresses.
    SWITCH,PDF CONTROL
    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 SWITCH, PDF CONTROL units. The contract requires the manufacture and supply of these units, adhering to specific quality and inspection standards, as well as compliance with various military specifications. These components are critical for military applications, ensuring reliable operation of electrical systems within naval operations. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to contact Nicole Diehl at 717-605-5415 or via email at nicole.diehl@navy.mil for further details. The procurement process emphasizes timely delivery and compliance with stringent quality assurance measures.
    58--RECEIVER TRANSMIT,A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of Receiver Transmit, NSN 7R-5845-016590089-CB. This equipment is flight critical, and potential suppliers must obtain government source approval prior to contract award. The solicitation is restricted to approved sources only, and the successful bidder will deliver the goods to the point of origin. This procurement is tailored to the specific requirements of the Navy, which relies on the specialized underwater sound equipment for its operations. The receiver-transmit unit is a critical component, and the contract will be awarded based on the supplier's ability to deliver the goods promptly. Interested parties should contact Svitlana Shvets at the provided email or phone number for more information. The funding amount has not been specified, but the deadline for submissions is crucial, with potential suppliers required to submit their proposals by the cut-off date to be considered for award.
    59--PUSH BUTTON
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking to procure a push button switch. This switch, identified by NSN 7H-5930-015190905, is required in a quantity of 2 each and will be delivered FOB origin. The government does not own the data or rights to the data needed to purchase or contract repair of this part from additional sources. It has been determined to be uneconomical to buy or reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) in Philadelphia, PA. This procurement is intended to be non-competitive, but all responsible sources may identify their interest and capability to respond to the requirement. The government will consider all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement) after the date of publication of this notice. The government is not using the policies contained in FAR Part 12 for this solicitation, but interested persons may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice. The acquisition may be subject to Free Trade Agreements as specified in the solicitation.
    10--MERGER UNIT ASSEMBL, 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 Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    59--SWITCH,PRESSURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for the procurement of 13 units of a pressure switch, identified by NSN 7R-5930-015745925-P8 and reference number 211C223-527. The procurement requires that all parts supplied be FAA-Certified and possess an FAA Authorized Release Certificate, ensuring compliance with aviation safety standards. This equipment is critical for various defense applications, emphasizing the importance of reliability and certification in the supply chain. Interested parties should contact Mackenzie Cannataro at (215) 697-0288 or via email at mackenzie.cannataro@navy.mil, with proposals due within 45 days of this notice, as the government intends to negotiate with a single source under FAR 6.302-1.
    7025 - MAIN ASSY,DATA TRF
    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 of three units of the MAIN ASSY, DATA TRF, under NSN 7R7025016437221, for Foreign Military Sales to Denmark. The repair work is designated as sole source to Mercury Mission Systems, LLC, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    16--NRP,RADIO FREQUENCY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a critical radio frequency component identified by NSN 7R-1680-016276089-P8, with a quantity of one unit required for delivery FOB origin. This procurement necessitates engineering source approval due to the flight-critical nature of the part, which mandates that only approved sources with unique design capabilities and manufacturing knowledge may be considered for the contract. Interested parties must submit their proposals along with the required source approval documentation within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Carmelena C. Oldroyd at (215) 697-2606 or via email at Carmelena.Oldroyd@navy.mil.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure electronic components. This is a presolicitation notice for a contract involving a flight-critical component, requiring government approval for the source prior to award. The Navy seeks offers from approved sources for the component, which must include specific technical data for consideration. Responsible sources may submit proposals within 45 days. The component in question, NSN 7R-5998-010610447-VF, is critical to the Navy's operations, as it is a spares part for their weapon systems. The data sheet and other information can be found on the Navy's website. This opportunity is time-sensitive, and the government intends to award the contract to a single source with the required approval and capabilities. Offers should be submitted with the necessary technical information detailed in the NAVSUP WSS Source Approval Information Brochures. Contact Jena Visconto at jena.visconto@navy.mil or (215) 697-2910 for more information. The funding amount is not specified, and the deadline for submissions is 45 days from the publication of this notice.
    58--MODEM,COMMUNICATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of modem communication spare parts. This requirement is classified as a sole source procurement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. Proposals must remain valid for a minimum of 120 days, and inquiries can be directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-1202.