SOLE SOURCE –REMOVABLE STORAGE MODULES (RSM) COMPONENTS
ID: N0016425Q0616Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage module (RSM) components under a sole source contract with Curtiss-Wright Controls Electronic Systems Inc. The requirement includes various RSM parts such as carriers, handles, front panels, and covers, which are integral to the existing systems already in use by the Navy. This procurement is crucial for maintaining operational readiness and ensuring compatibility with current equipment. Interested vendors must submit their capability statements by April 22, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Cassidy Shaw at Cassidy.k.shaw.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for acquiring commercial products and services specifically from Women-Owned Small Businesses (WOSB). It includes essential information such as requisition and contract numbers, award dates, and solicitation details, including contact information for inquiries and the offer due date. The layout consists of separate blocks for recording various components like the schedule of supplies/services, quantity, unit price, and total amount. Additionally, it identifies different business classifications eligible for federal contracts, such as Economically Disadvantaged WOSB (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The purpose is to solicit bids from qualified WOSBs while addressing relevant regulations outlined in the Federal Acquisition Regulation (FAR). Overall, the document serves as a structured template for facilitating government procurement processes aimed at supporting women-owned businesses and small entities in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    59--CIRCUIT CARD ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure circuit card assemblies under a presolicitation notice. The requirement includes a quantity of 8 units of NSN 7H-5998-016195552, with delivery specified to Lockheed Martin Corporation in Manassas, VA. This procurement is critical as the government does not possess the data or rights necessary to source this part from alternative suppliers, making it uneconomical to reverse engineer or purchase the data. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals being accepted within 45 days of the notice publication. For further inquiries, potential vendors can contact Elizabeth M. Clammer at (717) 605-3353 or via email at ELIZABETH.M.CLAMMER.CIV@US.NAVY.MIL.
    59--BACKPLANE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure seven Backplane Assemblies under a sole source contract with DRS Environmental Systems Inc. The procurement involves the purchase of NSN 1R-5998-014608703-SF, P/N 735345-301, which is critical for repair support, as the government does not possess the necessary data to source this part from alternative manufacturers. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on November 17, 2025, and a closing date of December 22, 2025. For further inquiries, interested organizations may contact Jason J. Sklencar at jason.j.sklencar.civ@navy.mil.
    SOLE SOURCE – HAND CONTROLLER UNITS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure hand controller units via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and that a specific supplier has been identified as the only source capable of fulfilling the requirements. Hand controller units are critical components in various defense applications, ensuring operational effectiveness and reliability. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil for additional details regarding this opportunity.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    SOLE SOURCE – BRAND NAME ONLY - Z2 DATA SCRM/PARTS DATABASE PART RISK MANAGER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source brand name solution for the Z2 Data Supply Chain Risk Management (SCRM) Parts Database, which includes a Part Risk Manager. This procurement is justified as a sole source due to the specific requirements and capabilities of the brand name product, which are critical for managing supply chain risks effectively. The services and software being sought are essential for enhancing the Navy's operational readiness and ensuring the integrity of its supply chains. Interested vendors can reach out to Kelli Beasley at kelli.l.beasley.civ@us.navy.mil for further details regarding this opportunity.
    59--DRAWER,ELECTRICAL E, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified vendors to provide repair and modification services for electrical drawers, identified by NSN 7H-5975-015187322. The procurement involves a total quantity of four units, which must be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. These electrical components are critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing or reverse engineering. Interested parties should reach out to Catherine Tran at (717) 605-6805 or via email at UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL for further details, as this opportunity is set aside for small businesses under FAR 19.5, with the solicitation process expected to follow standard federal procurement timelines.