Evaluation, repair and upgrade of 4 each LIMITER, TR, BEVERLY MICROWAVE PN: BS-2000-320-0000, ASN: R400-2A5A1.
ID: 142082-24-0300Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to evaluate, repair, and upgrade four LIMITER, TR, BEVERLY MICROWAVE units, part number BS-2000-320-0000, from the original equipment manufacturer, Communications & Power Industries LLC, located in Beverly, Massachusetts. This procurement is justified as a sole source due to the unique capabilities of the manufacturer, which is the only authorized source for repairs of these specific devices. The TR Limiter is a commercially available item critical for NOAA's operations, and the government does not possess the data rights necessary for alternative repairs. Interested parties can reach out to Adrian Hall at adrian.hall@noaa.gov or by phone at 816-926-3357 for further information.

    Files
    No associated files provided.
    Similar Opportunities
    Evaluation to repair and recondition services for 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking evaluation, repair, and reconditioning services for 31 RF Digital Attenuators, specifically Unisys PN: 1213640 and KDI/Triangle Electronics PN: DA-B48. The objective is to restore the equipment to like-new operating condition and ensure compliance with the original manufacturer's specifications and tolerances, with the possibility of returning any equipment that does not meet these standards to the vendor for rework at no additional cost to the government. This procurement is critical for maintaining the operational integrity of NOAA's equipment used in weather services. Interested firms must respond within five calendar days with their capabilities and relevant experience, and all submissions should be directed to Adrian Hall at NOAA via email or mail. The NAICS code for this requirement is 811210, and all contractors must be registered in the System for Award Management (SAM) to be eligible for the contract.
    7025 - MAIN ASSY,DATA TRF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of three units of the MAIN ASSY, DATA TRF, under NSN 7R7025016437221, for Foreign Military Sales to Denmark. The repair work is designated as sole source to Mercury Mission Systems, LLC, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    BLANKER,INTERFERENC
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the BLANKER, INTERFERENC item, classified under NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement requires contractors to provide comprehensive repair, testing, and inspection services to return the item to a Ready for Issue (RFI) condition, adhering to specific quality and inspection standards outlined in the Statement of Work. This opportunity is critical for maintaining operational readiness and ensuring the reliability of communication equipment used by the Navy. Interested contractors can reach out to John Maier at 215-697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details, with proposals due by the specified deadline.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    LPI CHASSIS ASSY,2U
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the LPI Chassis Assembly, 2U. This procurement involves the repair and quality assurance of electronic components, with a focus on compliance with military standards and specifications, particularly concerning the absence of mercury contamination. The successful contractor will be responsible for adhering to strict inspection and testing protocols, ensuring that all repairs meet operational and functional requirements as outlined in the contract. Interested parties should contact James Burnett at 717-605-8656 or via email at james.b.burnett1@navy.mil for further details, with a monetary limitation for repair purchase orders set at $37,217.00.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Processor, Target LO, under solicitation notice N00383. The procurement involves comprehensive repair, testing, and inspection services to return the specified items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This equipment is critical for operational readiness in military applications, emphasizing the importance of maintaining high-quality standards in the repair process. Interested contractors must provide a complete proposal, including compliance with the Government Source Approval requirements, and can contact Eric Tarkett at 215-697-4313 or via email at ERIC.TARKETT@NAVY.MIL for further details. The monetary limitation for this contract is set at $14,137.15.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    MODULATOR,SONAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing sonar modulators. This procurement focuses exclusively on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not typically owned by the government. The sonar modulators are critical components used in underwater sound equipment, emphasizing the importance of maintaining operational readiness for naval operations. Interested vendors must submit their offers, including a statement of data access and compliance with various quality and packaging standards, by the specified deadline, and can direct inquiries to Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil.