Abaco Single Board Computer
ID: N0017825RC605Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of specific electronic components, including an Abaco single board computer, a VME network switch, and associated video cards. The requirement emphasizes the need for brand name or equal products that are compatible with existing systems, highlighting the importance of advanced technological components in defense operations. This procurement is set aside for small businesses, reinforcing the government's commitment to supporting small enterprises in defense contracting, with proposals due by 5:00 PM on March 21, 2025, and an anticipated award date of April 20, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at 540-742-8050 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation issued by the Naval Surface Warfare Center (NSWC), seeking proposals for specific supplies and services as part of the Defense Acquisition framework. It details the procurement process under solicitation number N0017825RC605, with a deadline for offers set at 5:00 PM on March 21, 2025. The requirements include several technical items, such as industrial cooled Xeon processors and a ruggedized VME network switch, indicating a focus on advanced technological components. Notably, the contract is set aside for small businesses, emphasizing the government's support for small enterprises in defense contracting. An array of clauses governing the conditions of the contract are incorporated, including various stipulations on delivery terms, invoicing procedures, and compliance with federal acquisition regulations. Instructions regarding payment and acceptance at the destination further guide the contractor's obligations. This solicitation reflects the ongoing commitment of the government to procure specialized equipment while also adhering to requirements that promote small business participation and regulatory compliance in government contracting.
    The document outlines a requirements list for government procurement, which specifies various items necessary for a project, highlighting the criteria that suppliers must meet to submit quotes. The primary focus is on robust industrial computing equipment, particularly a forced air-cooled system powered by a Xeon E3-1505L V6 processor, along with a 6U VME network switch, and associated components such as VME paddle cards and transition modules. Key specifications include hardware features like memory capacity, standard I/O options, and ruggedization levels necessary for operational durability. Additionally, quantities needed for each part are provided, emphasizing the necessity for respondents to be authorized resellers. This document is set within the context of federal RFPs, indicating its role in facilitating competitive bidding for specialized equipment and reinforcing compliance with government procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VPX accessory components to include network cards, network expander cards and power supplies.
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command, is seeking proposals for the procurement of VPX accessory components, including network cards, network expander cards, and power supplies, to support the Machinery Control Systems (MCS) Tech Refresh for multiple ships. This procurement involves a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract valued at approximately $12,071,630, aimed at modernizing aging systems and ensuring operational capability. The components are critical for maintaining compatibility with existing systems and enhancing the Navy's technological infrastructure. Interested vendors should contact William Devito at william.j.devito8.civ@us.navy.mil or by phone at 215-498-0039 for further details regarding the solicitation process.
    H Department - Printed Circuit Boards and Bare Printed Circuit Boards, Electrical and Electronic Assemblies, Cards, and Associated Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the fabrication and delivery of Printed Circuit Boards (PCBs) and associated hardware. The procurement aims to meet the operational material needs of the Weapons Control and Integration Department, emphasizing the importance of high-quality, compliant electronic assemblies for defense applications. Vendors are required to demonstrate their technical capabilities and past performance, adhering to specific IPC and ISO standards, with submissions due by August 13, 2025. Interested parties can contact Chloe Inscoe at chloe.e.inscoe.civ@us.navy.mil or Carmell T. Beard at carmell.t.beard.civ@us.navy.mil for further information.
    Computers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking quotes for the procurement of ten Dell Mobile Precision Workstations and ten Dell Performance Docks under solicitation number N0017425R0049. This acquisition aims to support the Fuze & Initiations Systems Branch by providing high-performance computing equipment necessary for the research and development of naval weapons systems, with specific technical requirements outlined in the associated documents. The selected contractor must deliver the equipment to Indian Head, Maryland, within 60 days of contract award, ensuring compliance with federal regulations and standards. Interested vendors must submit their quotes by March 27, 2025, to Jodi Fields at jodi.l.fields.civ@us.navy.mil, including all required documentation and company information.
    Trials Data Acquisition & Analysis System (TDAAS) Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the procurement of Trials Data Acquisition & Analysis System (TDAAS) hardware, specifically brand-name components from National Instruments. This acquisition aims to modernize the Data Acquisition System on the FFG63 class vessel by replacing obsolete legacy systems, which is critical for maintaining operational readiness and monitoring ship performance. The total estimated value of the procurement will be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with a delivery timeline of seven weeks from order acceptance. Interested vendors must submit their quotations by March 24, 2025, and can contact Zachary McCurry at zachary.f.mccurry@navy.mil for further information.
    Module, Gyro
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of gyroscopic modules (NSN: 5998-01-612-6626) under a firm-fixed-price contract. The requirement includes an initial quantity of 10 units, with an option for an additional 10 units, emphasizing the importance of compliance with military packaging and inspection standards. This procurement is restricted to the manufacturer DRS Network and Imaging Systems, and all bids must be submitted electronically by the extended deadline of March 18, 2025. Interested vendors can contact Abhinav Dang at abhinav.dang@dla.mil for further information regarding the solicitation.
    Engineering Control Systems Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking quotations for the procurement of Siemens control system hardware as part of a technology refresh for the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002). This procurement is critical to ensure compatibility with existing proprietary software developed for the DDG1000-class ships, with an estimated total cost of approximately $853,527.48 and a delivery timeline of 24 weeks from the award date. The solicitation encourages participation from small businesses, including those owned by service-disabled veterans and women, while emphasizing compliance with federal acquisition regulations. Interested vendors should submit their quotations by April 7, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.
    59--PCI EXPRESS INTERF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the PCI Express Interface (NSN 7H-5998-LLH0F3152) under a presolicitation notice. The procurement is set aside for small businesses and involves supplies for which the government intends to negotiate with only one source, as it has been determined that acquiring the necessary data or rights for competitive procurement is uneconomical. This equipment is critical for military applications, and interested parties are encouraged to express their interest and capabilities within 45 days of the notice. For further inquiries, potential bidders can contact Lamar R. Crummel at (717) 605-6474 or via email at lamar.crummel@navy.mil.
    70--COMPUTER SUBASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 10 units of a computer subassembly, identified by NSN 7R-7021-016946936-EY. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data available does not support full and open competition. Interested parties must provide detailed documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with contact inquiries directed to Patrick Horan at (215) 697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    59--CCA PMC NTDA INTFC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of electrical and electronic assemblies, boards, cards, and associated hardware under the presolicitation titled "59--CCA PMC NTDA INTFC." This opportunity is set aside for small businesses, in accordance with FAR 19.5, indicating a focus on fostering small business participation in federal contracting. The goods and services sought are critical for various defense applications, ensuring operational readiness and technological advancement within the Navy. Interested parties can reach out to Olivia Snyder at (717) 605-4614 or via email at OLIVIA.SNYDER2@NAVY.MIL for further details and to stay informed about the procurement timeline.