Juniper Hardware
ID: N6893625Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure Juniper Hardware on a sole-source basis from Juniper Networks for essential IT infrastructure support. This procurement is specifically for hardware support services for various Juniper routers and gateways, with a contract period from November 1, 2024, to October 31, 2025, aimed at ensuring the reliability and performance of critical systems. Interested firms, particularly those owned by service-disabled veterans, must submit their proposals by October 29, 2024, referencing solicitation number N6893625Q0019, and comply with federal acquisition regulations, including registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Virginia Dennison at virginia.j.dennison.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a solicitation (N6893625Q0019) issued by the U.S. federal government for the renewal of hardware support services for specific Juniper equipment, aimed at small businesses, particularly those owned by service-disabled veterans. The solicitation specifies a total award amount, offer due date of October 29, 2024, and general instructions for submitting offers, including references to federal acquisition regulations (FAR). Items include various Juniper routers and gateways, with detailed descriptions including unit quantities and specifications, effective from November 1, 2024, to October 31, 2025. It also provides guidelines for shipping and payment processing, emphasizing the required use of the Wide Area Workflow (WAWF) system for invoicing. Additionally, the document emphasizes compliance with various government regulations including prohibitions against contracting with certain telecommunications providers and stipulations regarding confidentiality agreements. The overall purpose of the document is to solicit proposals for necessary IT infrastructure support while ensuring adherence to federal standards and ethical considerations.
    Lifecycle
    Title
    Type
    Juniper Hardware
    Currently viewing
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    Getac Laptops & SSDs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure custom Getac laptops and solid-state drives on a sole-source basis from Getac Inc., with competition among authorized distributors. The procurement includes 11 custom laptops and 8 solid-state drives, with strict requirements for new hardware from authorized suppliers, emphasizing features such as processor types, storage, and security measures, while prohibiting refurbished or gray market items. This contract is significant for supporting the Naval Mission Planning Systems and encourages participation from small businesses, including service-disabled veteran-owned and disadvantaged businesses. Interested parties must respond to Yvonne Stockwell via email by October 28, 2024, and ensure their registration in the System for Award Management (SAM) is active, as the solicitation will be posted on the Contract Opportunities website around October 17, 2024.
    60--SWITCH,FIBER OPTIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 18 units of a Fiber Channel Network Switch, part number 3238200-201. This procurement is intended to fulfill a specific requirement and will be solicited and negotiated with only one source under FAR 6.302-1, indicating a sole-source acquisition. The Fiber Channel Network Switch is critical for digital network operations, ensuring efficient data transfer and communication within military systems. Interested parties are encouraged to express their interest and capability to respond to this requirement, with proposals due within 45 days of the notice publication. For further inquiries, Stacey Ryan can be contacted at (215) 697-1255 or via email at STACEY.RYAN@NAVY.MIL.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two Antenna Assemblies, specifically NSN 7R-5985-015874766-P8, from Northrop Grumman Systems Corp, the sole source for this item. The procurement is critical as these assemblies are essential for military operations, and no alternative sources are available due to the lack of drawings or data needed for manufacturing. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on November 11, 2024, and responses due by December 13, 2024. For further inquiries, contact Jason J. Sklencar at Jason.Sklencar@navy.mil or by phone at (215) 697-4179.
    North Atlantic Industries Sensor interface Unit
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    USCGC Juniper Dockside Repairs FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
    ADU-1062/E Ground Handling Equipment Adapter and Spacer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the manufacturing and machining of the ADU-1062/E Ground Handling Equipment Adapter and Spacer, Foundation Support, as part of the Next Generation Jammer (NGJ) program. This procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracts, and will be executed under a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by 4:00 PM EDT on October 29, 2024. For further inquiries, potential offerors can contact Devin Hader at devin.l.hader.civ@us.navy.mil or Jennifer Casale at jennifer.n.casale2.civ@us.navy.mil.
    58--TWT TRI-BAND
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide 24 units of the TWT TRI-BAND, identified by NSN 7G-5895-015746299. The procurement is a Total Small Business Set-Aside, emphasizing the need for interested parties to demonstrate their capability to meet the Government's requirements, as the Government does not own the data or rights necessary for alternative sourcing or reverse engineering of this part. This equipment is critical for military operations, and the delivery is to be made to DLA Distribution in New Cumberland, PA. Interested vendors should contact Ethan Lentz at (717) 605-2892 or via email at ETHAN.LENTZ@NAVY.MIL for further details, and they must express their interest within 15 days of this notice to be considered for the contract.
    SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and calibration of a Single Density Advantest Verigy 93000, specifically with serial number DE39700883. The contract aims to ensure the maintenance of critical electronic and precision equipment, which is vital for the operational readiness of naval systems. The contract is set to cover services from January 1 to December 31, 2025, with proposals due by October 29, 2024, at 4:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements to Christina Staggs at christina.l.staggs.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED ETHERNET SVC BETWEEN BLDG NAVY SHELTER; RM 1; FL 1; MT OCTOPUS , FORKS, WA 98331 AND BLDG 975, RM 101, 3565 NORTH LANGLEY BLVD, WHIDBEY ISLAND NAS, OAK HARBOR, WA 98278.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB dedicated Ethernet service between two locations: the Navy Shelter in Forks, WA, and Building 975 at Whidbey Island NAS, Oak Harbor, WA. This procurement aims to enhance telecommunications capabilities, ensuring reliable network access for military operations. The selected contractor will be required to comply with various federal acquisition regulations and submit detailed pricing for both recurring and non-recurring charges. Quotes are due by November 11, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.