SOLE SOURCE REPAIR UXG AGILE SIGNAL GENERATOR
ID: N6660425Q0370Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure repair services for one UXG Agile Signal Generator from Keysight Technologies Inc. This sole source procurement is necessitated by Keysight's unique capability to provide proprietary parts, software, and firmware essential for the repair and calibration of the equipment, which is critical for U.S. Navy operations. The delivery of the repaired equipment is required by October 1, 2025, and interested vendors must have an active registration with the System for Award Management (SAM) to participate. For further inquiries, potential vendors can contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil or by phone at 401-832-5265.

Point(s) of Contact
Files
Title
Posted
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (RFQ N6660425Q0370) for the repair of one UXG Agile Signal Generator, intended for sole source procurement from Keysight Technologies Inc. This decision stems from Keysight's unique capability to provide proprietary parts, software, and firmware essential for the necessary repair and calibration, as no other vendor can meet these requirements or the original manufacturer's specifications. The procurement is classified as unrestricted and has a delivery deadline of October 1, 2025. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses pertinent to commercial items, ensuring compliance with federal procurement standards. An active registration with SAM is required for potential vendors. The government's intent is to expedite support for U.S. Navy operations while maintaining compliance and minimizing risks associated with alternative suppliers, which could incur additional costs and delays. Thus, the solicitation reflects a strategic decision to prioritize partnership with the established original equipment manufacturer for operational readiness.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Repair and Calibration for 3.5MM ECAL Module 26.5 GHZ
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to Keysight Technologies Inc. for the repair and calibration of the Keysight Model N4691B 3.5MM ECAL Module 26.5 GHZ, 2 PORT. This non-personal services contract is critical for maintaining the operational integrity of electronic and microwave measuring equipment essential to the support of Naval Fleet Forces, ensuring safety and efficiency across multiple locations, including San Diego, Everett, and Japan. The contract period is set from May 20, 2025, to July 13, 2025, and interested parties must submit their capability documentation by April 21, 2025, to Nathan Grimm at nathan.c.grimm.civ@us.navy.mil or Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil.
BRAND NAME – Keysight Equipment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure specific Keysight equipment under solicitation number N00164-25-Q-0588. The procurement includes various models of Keysight products, such as multifunction switches and calibration units, with a total quantity of 22 items required. This sole source procurement emphasizes Keysight Technologies as the exclusive supplier, aligning with federal regulations that promote small and women-owned businesses in government contracting. Interested vendors must submit their offers via email to Trista Ray by April 22, 2025, at 4:00 PM Eastern Time, and ensure compliance with the Trade Agreements Act (TAA) and registration in the System for Award Management (SAM).
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.
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.
SOLE SOURCE – ARBITRARY WAVEFORM GENERATOR
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure two Arbitrary Waveform Generators (AWG) from Berkeley Nucleonics Corporation under a sole source contract. The specific model required is the 670C-4C-256M-HV4-GPIB, which is essential for various defense applications requiring precise waveform generation. This procurement is being conducted in accordance with FAR Part 13, with a closing date for offers set for April 21, 2025, at 4:00 PM Eastern Time. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can submit their offers via email to Trista Ray at trista.m.ray.civ@us.navy.mil.
Request for Information/Synopsis - 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 seeking information from qualified sources regarding the repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a contract for depot level services, including repair, calibration, overhaul, and manufacturing of long lead Shop Replaceable Units (SRUs) to sustain operational capabilities for the Fleet’s complex mast systems. This initiative is critical for maintaining the readiness and longevity of submarine communication systems, with the anticipated contract to be awarded on or about December 31, 2026, and a performance period extending up to five years. Interested parties are encouraged to submit capability statements by April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with further details outlined in the draft Statement of Work provided.
OK-542 CDU Overhaul Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide overhaul parts for the OK-542 CDU system under a Firm Fixed Price contract. The procurement includes five specific items that must adhere to military specifications and technical drawings, with a delivery deadline set for March 31, 2026. These parts are critical for maintaining operational readiness and performance of naval systems. Interested vendors must submit their quotations by 1400 EST on April 25, 2025, and should ensure they are registered in the System for Award Management (SAM) and possess Joint Certification Program (JCP) credentials. For further inquiries, vendors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
DT-511C and DT-592D Hydrophones and Spare Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small business sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves the design, manufacturing, testing, packaging, and delivery of up to six prototype hydrophones and up to 650 production units, adhering to the Navy's Critical Item Performance Specifications. This initiative is crucial for enhancing undersea warfare capabilities, ensuring that the Navy maintains high-quality hydrophone systems. Interested small businesses must submit a capabilities statement by April 24, 2025, with the anticipated Request for Proposal (RFP) release in May 2025 and contract award expected by December 2025. For further inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
70--DISPLAY UNIT, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 75 units of a display unit requiring repair or modification. The procurement is based on a sole-source justification, as the government does not own the necessary data or rights to purchase or contract repair from other sources, making it uneconomical to reverse engineer the part. This display unit is critical for operational capabilities, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, potential vendors can contact Julie Smith at (717) 605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
Repair and calibration for Calibration Lab (Shop 52) owned equipment
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to Fluke Electronics Corporation for the repair and calibration of owned equipment at their Calibration Lab (Shop 52). This non-personnel services contract is essential for maintaining calibration standards for naval equipment, ensuring compliance with NAVSEA guidelines, and supporting operational readiness from July 6, 2025, to July 5, 2030. The services provided by Fluke, as the Original Equipment Manufacturer (OEM), are critical to the safety and functionality of naval forces, with a focus on quality control and adherence to OEM specifications. Interested parties may express their capabilities by contacting Nathan Grimm or Jacqueline Edgerton via email by April 21, 2025, at 1:00 PM Pacific Time.