58--CRESTRON PRO3 CONTR
ID: N0010425QQC80Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the Crestron PRO3 Controller. This contract involves the manufacture and supply of the specified communications equipment, which is critical for various defense applications. The procurement emphasizes compliance with quality assurance standards and requires that all items meet specific design and identification criteria, including government source inspection. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to submit their proposals promptly, as the contract may include options for increased quantities. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.

    Point(s) of Contact
    HEATHER A. VANHOY, N7M2.11, PHONE (717)605-3528, EMAIL HEATHER.VANHOY@NAVY.MIL
    HEATHER.VANHOY@NAVY.MIL
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    58--CRESTRON PRO3 CONTR
    Currently viewing
    Presolicitation
    Similar Opportunities
    Controller
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    48--CONTROL UNIT,REMOTE - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of control units, remote parts, and other replacement components. The contract requires the manufacture or refurbishment of specific electrical motors, with a focus on compliance with stringent quality assurance and inspection standards. These components are critical for maintaining operational readiness and supporting national defense initiatives. Interested vendors should note that the solicitation includes a firm fixed-price contract structure, with a total quantity of seven units required, and must contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil for further details and submission guidelines.
    REMOTE CONTROL UNIT
    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 a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    58--CONTROL,COMMUNICATI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair and modification of communication control equipment, identified by NSN 7RH 5895 015975757 KB and part number 697907-9. The contractor will be responsible for overhauling, upgrading, and returning 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 procurement is critical for maintaining operational readiness and reliability of communication systems within the Navy. Interested contractors must ensure they are an approved source and submit the required documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Casey Brown at casey.m.brown20.civ@us.navy.mil or by phone at 215-697-3752.
    58--CTRL P/S C11690A, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CTRL P/S C11690A system through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a firm-fixed price for the repair of the specified item, adhering to strict quality and inspection standards, including ISO9001 certification and compliance with IUID requirements. This contract is crucial for maintaining operational readiness and functionality of naval communication systems, with a required repair turnaround time of 82 days after receipt of the asset. Interested contractors must submit their quotes electronically to Jordan D. Burt at JORDAN.D.BURT.CIV@US.NAVY.MIL, ensuring all required information is included, and must be prepared to meet the specified conditions and deadlines outlined in the solicitation.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    COMMS BAR BASE ASSY
    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 COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a POWER SUPPLY, specifically for the AN/SQS-53 SONAR SYSTEM. This contract involves the manufacture and quality assurance of electrical converters, with strict adherence to military specifications and standards, including MIL-STD-130 for marking and MIL-STD-2000 for soldering. The successful contractor will be responsible for ensuring compliance with all technical requirements and inspection protocols, with the expectation of timely delivery and quality assurance measures in place. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.