DATRON Repairs
ID: N6660425Q0366Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a firm fixed-price purchase order for the repair and evaluation of DATRON Radio Systems, which are critical for Test and Evaluation operations at Shipboard Electronics Systems Evaluation Facilities (SESEF). This procurement is a Sole Source Requirement directed exclusively to DATRON World Communications, Inc., emphasizing the necessity of using their systems to ensure complete performance checks and maintain naval operational integrity. Interested contractors must submit their quotes by June 6, 2025, and adhere to the established FAR and DFARS clauses, with all submissions requiring registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) plans to award a firm fixed-price purchase order on a Sole Source Requirement basis for DATRON World Communications, Inc., the sole provider of the DATRON Radio System, essential for Test and Evaluation (T&E) at the Shipboard Electronics Systems Evaluation Facilities (SESEF). Competition is not invited, although quotes submitted by the deadline may be considered for future requirements. The RFQ N66604-25-Q-0366 outlines repairs and evaluations of specific DATRON radio components, including transceivers, amplifiers, and tuner systems, with the total not-to-exceed costs for each line item specified. The document also lists applicable FAR/DFARS clauses, payment methods, and registration requirements with the System for Award Management (SAM). Interested parties must submit quotes by June 6, 2025, emphasizing point of contact details, cage code, and Unique Entity ID, with late submissions potentially disqualified for award consideration. The document underscores the critical nature of the existing DATRON systems for Navy operations, with strict adherence to regulations and a focus on maintaining operational readiness.
    The document outlines an approved government file related to a solicitation (N6660425Q0366) involving the SESEF program, detailing specific items required for evaluation and repair at various SESEF locations like Norfolk, PNW, and Yokosuka. It enumerates a series of serialized items, predominantly transceivers and high-power amplifiers, along with their associated details such as National Stock Numbers (NSN), CAGE codes, part numbers, and model numbers. Each entry specifies the quantity, unit of measure, acquisition conditions (use as-is), and delivery requirements, emphasizing a structured approach to federal procurement. The focus on evaluation and repair underscores the intent to maintain and enhance operational readiness of these technical components within the context of defense contracting. The file serves as a formal request or outline for acquisition through government RFP processes, demonstrating adherence to regulations and a strategic emphasis on sourcing critical communication technologies.
    The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) plans to award a firm fixed price purchase order on a Sole Source Requirement basis to DATRON World Communications, INC. for their radio systems currently employed at Shipboard Electronics Systems Evaluation Facilities (SESEF). The existing DATRON Radio Systems are essential for Test and Evaluation (T&E), and the procurement is crucial to maintain operational integrity and certification of Navy combatants. The Request for Quote (RFQ) N66604-25-Q-0366 specifies repair, evaluation, and data management for various radio system components, including transceivers, amplifiers, and antenna couplers, along with associated data management requirements. Despite being a sole source solicitation, quotes from other vendors are welcomed for future considerations. Key regulations include compliance with federal acquisition clauses; hence, interested parties must register with the System for Award Management (SAM). Proposals are due by May 20, 2025. Franklin Patton is the designated point of contact for inquiries related to this acquisition. The procurement emphasizes maintaining operational capabilities while adhering to government standards and regulations for quality and accountability.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) plans to issue a firm fixed-price purchase order for the support of DATRON World Communications, Inc. This pertains to the repair and evaluation of DATRON Radio Systems, vital for Test and Evaluation operations at Shipboard Electronics Systems Evaluation Facilities (SESEF). The request targets specific components, highlighting the necessity of using DATRON systems exclusively to prevent incomplete performance checks that could hinder naval operations and risk certification status. The solicitation (RFQ Number N66604-25-Q-0366) is a Sole Source Requirement, meaning it is not open for competitive quotes, although responses may influence future procurements. The project involves repairing various radio components and includes specific ceilings for each line item. Additionally, all submissions must adhere to the established FAR and DFARS clauses, with electronic payment through Wide Area Workflow (WAWF). Interested contractors must register in the System for Award Management (SAM) before submitting their quotations, which are due by May 15, 2025. This initiative underscores the Navy's reliance on specific technological assets to maintain operational integrity.
    Lifecycle
    Title
    Type
    DATRON Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    INTERFACE UNIT, DAT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Interface Unit, DAT. The procurement aims to secure a contractor capable of providing repair services with a required turnaround time of 60 days, ensuring compliance with specific operational and functional requirements as outlined in the contract. This equipment is critical for maintaining the operational readiness of naval systems, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including unit price and repair turnaround time, to Valentino P. Arena at VALENTINO.P.ARENA.CIV@US.NAVY.MIL or by phone at 717-605-2498, with the solicitation details available for review.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    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.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    SYNCHRONIZER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    Omnetics Radar Parts
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Omnetics Radar Parts on a sole source basis from Omnetics Connector Corporation, with full and open competition among authorized distributors. This procurement is crucial for maintaining and enhancing radar systems used in various defense applications, ensuring operational readiness and effectiveness. The solicitation, identified as N6893626Q5041, is expected to be posted on the SAM website around December 3, 2025, and interested parties must submit their quotes via email to Beth Exzabe at beth.a.exzabe.civ@us.navy.mil. All bidders must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    OSCILLATOR,PULSE DE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the OSCILLATOR, PULSE DE, through NAVSUP Weapon Systems Support Mechanic. The procurement aims to establish a contract for the repair of oscillators, which are critical components in various electronic systems, with a required Repair Turnaround Time (RTAT) of 365 days. This opportunity emphasizes the importance of timely and quality repairs to maintain operational readiness and support national defense initiatives. Interested contractors should submit their quotes, including pricing and RTAT, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.
    FMS REPAIR - QTY 2 - NIIN 014178763
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two Receiver-Transmitter units under solicitation number N0038326QN058. This opportunity is specifically targeted towards Women-Owned Small Businesses (WOSB) and includes detailed requirements for packaging, marking, inspection, and acceptance, adhering to military and commercial standards for preservation and packing. The goods are critical for military communications, emphasizing the importance of compliance with configuration management and reporting protocols. Interested vendors should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details and to ensure participation in the procurement process.