DEWESoft Siriusi-XHS-UNI data acquisition system
ID: N0016725Q1008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to award a firm fixed price contract for the procurement of a DEWESoft Siriusi-XHS-UNI data acquisition system on a sole source basis. This procurement is specifically set aside for small businesses under NAICS code 334515, as the system is critical for underwater dynamic pressure measurements and is the only available option that meets the necessary specifications due to proprietary rights held by the Original Equipment Manufacturer, DEWESoft. The total estimated cost for this acquisition is $56,280, and interested vendors must submit their quotes and capabilities statements by 12:00 PM on April 1, 2025, to the primary contact, Kylie Cox, at kylie.cox3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for procuring GNAT Software by the Naval Surface Warfare Center Carderock Division (NSWCCD). This request for quotes (RFQ) incorporates provisions and clauses as per the Federal Acquisition Regulation (FAR) and is specifically set aside for small businesses under NAICS code 334515. Interested vendors must submit their quotes and capabilities statement by 12:00 PM on April 1, 2025, detailing their pricing, company information, and ability to meet specifications. The RFQ anticipates a firm-fixed price purchase order for the requested software. Details regarding delivery schedules, product specifications, inquiry points, and operational constraints, including specific delivery instructions and security measures for contractors, are outlined. The document emphasizes compliance with various regulations, including those related to payment reporting and government acquisition standards, showing a commitment to transparency and accountability in the procurement process.
    The document serves as a sole source justification for the procurement of the XHS-UNI system, specifically for Code 663's operational needs at the NSWCCD. The total estimated cost is $56,280. The justification is based on several key factors: proprietary rights and exclusive licensing agreements restrict the availability of the required equipment to only the Original Equipment Manufacturer (OEM), DEWESoft. The XHS-UNI system is identified as a critical successor to the discontinued Pacific Instruments 5800 Series recorders, essential for ongoing research and validation. Code 663 requires at least 16 channels of the XHS-UNI for accurate underwater dynamic pressure measurements, with no comparable alternative systems available that meet the necessary sampling specifications. Furthermore, Code 663’s pre-existing familiarity with DEWESoft equipment reduces training costs significantly compared to unfamiliar systems. Thus, the combination of these factors establishes the necessity for a sole source procurement to ensure operational continuity and efficiency in underwater explosive measurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AUKUA Hardware & Software
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of AUKUA Hardware and Software, specifically a 4-Port Multigig Test System and associated software packages. This requirement includes a 1U rackmount chassis with four SFP+ test ports, a packet generator application package, an inline network emulator package, and 10G copper SFP+ transceiver modules, all essential for comprehensive network testing and validation. The contract will be awarded on a firm fixed-price basis, with proposals due by January 6, 2026, and delivery expected within four weeks of the award date to Dahlgren, Virginia. Interested parties should contact Diana Moses at diana.moses@navy.mil for further information and must ensure they are registered in the System for Award Management (SAM) to be eligible for award.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.
    Data Cables
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC Dahlgren), is seeking proposals for the procurement of Data Cables, specifically the D1 EOD Receiver Data Cables (Manufacturer's Part Number: CBL-DATA-2005) from Persistent Systems LLC. This requirement is critical as the cables are currently in use, and introducing alternatives would necessitate extensive redesign and testing, potentially delaying operations by over a year. The contract will be awarded on a sole source basis, with a firm fixed-price arrangement for 50 units, and proposals are due by December 23, 2025, with an anticipated award date of January 23, 2026. Interested parties should contact Karen Major at karen.l.major7.civ@us.navy.mil or call 540-742-8863 for further details.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    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.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    SOLE SOURCE – VXI CARD AND VOLTMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is issuing a sole source justification for the procurement of a VXI card and voltmeter. This equipment is critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. The procurement aims to ensure the availability of specialized instruments that meet the stringent requirements of military operations. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.