National Instruments I/O Electronics Boards
ID: N0016725Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Semiconductor and Related Device Manufacturing (334413)

PSC

MICROCIRCUITS, ELECTRONIC (5962)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure 20 units of the National Instruments USB 6363 Multifunction I/O Electronics Board on a brand-name basis. This procurement is specifically set aside for small businesses and is essential for the SARTS IV NAP unit, which generates PSK waveforms critical for submarine tracking on acoustic ranges. The exclusive proprietary rights held by National Instruments necessitate this sole-source procurement to ensure compatibility with existing software, particularly LabVIEW. Interested vendors must submit their quotes by 12:00 PM on January 10, 2025, with the anticipated contract award resulting in a firm-fixed price agreement and delivery expected by March 31, 2025. For further inquiries, vendors can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-478-2013.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 7:06 PM UTC
This memorandum serves as a Brand Name Justification for the sole source procurement of 20 National Instruments USB 6363 Multifunction I/O devices under the Simplified Acquisition Threshold (SAT). The Federal Acquisition Regulation (FAR) allows the contracting officer to solicit from one source when only one is deemed reasonably available. The USB 6363 devices are essential for the SARTS IV NAP unit developed by NSWCCD, generating PSK waveforms crucial for submarine tracking on acoustic ranges. National Instruments retains exclusive proprietary rights and design information, making their products indispensable. The need for compatibility with existing software, particularly LabVIEW—also a National Instruments product—further necessitates sole sourcing. The justification outlines technical certifications ensuring accuracy and completeness of the submitted information. This procurement process reflects a commitment to increasing efficiency by utilizing established technologies while adhering to governmental guidelines on limited competition in certain acquisitions.
Dec 31, 2024, 7:06 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) announced a Request for Quotes (RFQ) under solicitation number N0016725Q0050, seeking to procure 20 units of the National Instruments USB 6363 Multifunction I/O Electronics Board on a brand-name basis. This procurement is set aside for small businesses and aligns with various federal acquisition regulations. Interested vendors must submit their quotes, including necessary specifications and pricing, by 12:00 PM on January 10, 2025. The anticipated contract will result in a firm-fixed price agreement with delivery expected by March 31, 2025. The contract covers clauses related to cybersecurity, telecommunications equipment restrictions, and equal opportunity employment, among others. Additionally, detailed instructions for electronic payment submissions via the Wide Area Workflow (WAWF) system are provided. The document specifies inspection and acceptance protocols as well as guidelines for successful proposal evaluations based on price and technical capability. Overall, this solicitation represents the government's procurement process aimed at acquiring specialized commercial items while ensuring compliance with federal standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
North Atlantic Industries Sensor interface Unit
Buyer not available
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.
Request for Quotes - Brand Name Compact Peripheral Component Interconnect (CPCI) cards
Buyer not available
The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is soliciting quotes for the procurement of Brand Name Compact Peripheral Component Interconnect (CPCI) cards under RFQ Number N66001-25-Q-6163. The requirement includes specific quantities of multifunction I/O boards, with a total of 168 units needed, and the expected delivery date is on or before May 30, 2025. These CPCI cards are critical for various electronic applications within defense systems, ensuring reliable performance and compatibility. Interested small business concerns must submit their quotes by April 28, 2025, at 12:00 PM Pacific Time, and can direct inquiries to Contract Specialist Erwin Cablay at erwin.c.cablay.civ@us.navy.mil or by phone at 808-351-0154.
Keysight Arbitrary Waveform Generator
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for the procurement of a Keysight Arbitrary Waveform Generator, a critical piece of electronic instrumentation for high-performance testing and measurement applications. The procurement is a Total Small Business Set-Aside and requires brand-name equipment, including specific components such as the base unit, upgrade options, and support services, all adhering strictly to manufacturer specifications. Interested vendors must provide documentation confirming their status as authorized distributors and submit their technical and price quotes via email by the specified deadline. For further inquiries, potential offerors can contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
BOA Order; (Northrop Grumman) SIBS Dual Rack Shipset for ECDIS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Northrop Grumman Systems Corporation for the procurement of SIBS Dual-Rack Shipset for ECDIS. This procurement is critical for fulfilling the Navy's requirements, as Northrop Grumman is identified as the only responsible source capable of meeting these specific needs. The award is planned for fiscal year 2025, and interested parties may express their interest and capability by submitting written responses to Nicholas Swanson via email by 5:00 PM (Eastern) on April 9, 2025. This opportunity is not open for competitive proposals, and the Government will consider all information received prior to the closing date.
Curtiss-Wright brand name VPX3-1260 hardware
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure VPX3-1260-A14DL90 hardware, which will be awarded on a sole source basis to Curtiss-Wright. This procurement is essential for fulfilling specific operational requirements and will be conducted under the authority of FAR 13.106-1 (b) (1) (i), indicating that the government intends to negotiate with only one source. The hardware is critical for high-performance computing applications within the IT and telecom sectors. Interested parties with questions regarding this notice should reach out to Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
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.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
25-SIMACQ-D50-0001 TackLink Modem
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division, is seeking quotes for the procurement of TacLink 3310 Modems and associated cables from the sole source, Raytheon Company. This acquisition is critical for integrating with shipboard radio room equipment, ensuring compatibility with existing systems for new construction and lab replacements. The contract will be a firm-fixed-price arrangement with a delivery requirement of ten months after receipt of order, and interested vendors must submit their quotes by April 17, 2025. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a circuit card assembly for repair or modification. The requirement involves a specific National Stock Number (NSN 7G-5998-014532941) and a quantity of one unit, with delivery terms set to FOB Origin. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested parties are encouraged to contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
AEMC Micro-Ohmmeters
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of four AEMC Micro-Ohmmeters, Model : 6240, under a total small business set-aside. The equipment must meet specific requirements, including a maximum weight of 11 pounds, selectable test currents, and the capability to measure very low resistance from 1µOhm to 400Ω, with a resolution of 1µOhm, making it essential for military and field use. This procurement emphasizes the need for compliant devices that enhance operational efficiency in diverse environments, with a delivery deadline of May 26, 2025. Interested vendors must submit their quotes by April 3, 2025, to Franklin Patton at franklin.k.patton2.civ@us.navy.mil, ensuring all items are sourced directly from the OEM or authorized channels.