Milcortex Brick Computer
ID: N6449825Q5054Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of the document is to justify the sole-source procurement of Rugged Science MilCortex hardware by the Naval Sea Systems Command for upgrading legacy Operator Station Units (OSU) on LHD/A ships. The firm-fixed-price purchase order, totaling approximately $443,205, will replace outdated components essential for the Machinery Control Systems (MCS) Tech Refresh project. The specified hardware is unique due to its critical specifications, such as compatibility with Windows 11, specific dimensions, and specialized port configurations, which are essential for maintaining system functionality and meeting operational requirements. The document justifies the lack of full and open competition based on the unique attributes of the Rugged Science brand, established through previous procurement processes and confirmed by multiple vendor assessments. Only one authorized reseller, Nag Marine, was able to provide a quote, reaffirming the brand's singular capability to meet project specifications. This acquisition is deemed vital to prevent disruptions in mission-critical operations and to ensure the safety and performance of maritime systems. Consequently, no plans exist to seek alternative sources unless new vendors emerge that can satisfy the requirements.
    The government document presents a solicitation (N6449825Q5054) issued by the Naval Surface Warfare Center Philadelphia Division for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers. The solicitation includes the specification of the hardware, the requirements for submission, and the framework governing the contract. With a focus on the modernization and tech refresh of the Navy's Landing Helicopter Dock and Assault (LHD/A) Machinery Control Systems, the document outlines the specifications of the required equipment, ensuring it meets operational and environmental standards. The contractor must comply with various clauses, including inspection, acceptance, and warranty requirements. Key aspects include the necessity for the contractor to notify the government about any potential conflicts of interest or availability of obsolete materials, along with adherence to payment instructions and terms under the Wide Area Workflow (WAWF) system. The timeline for the proposal submission is set for May 7, 2025, indicating the urgency of the procurement to address obsolescence in critical machinery control systems. Overall, the solicitation addresses both the technical specifications and legal parameters necessary for contract execution to support naval operations.
    The document outlines a Request for Proposal (RFP) issued by the Naval Surface Warfare Center Philadelphia Division for the procurement of 67 units of MilCortex 4000 Standalone Brick Computers, specifying the hardware and software requirements for modernization of Machinery Control Systems on Navy amphibious ships. The RFP is compelled by obsolescence issues with legacy systems that hinder tactical operations. The document details specifications, delivery timelines, and responsibilities for the contractor, emphasizing compliance with government standards and regulations throughout the manufacturing and delivery process. Key elements include the requirement for ruggedized computers with specific operational and performance characteristics, adherence to military specifications, and delivery coordination with designated points of contact within the Navy. The RFP illustrates the necessity for the contractor to manage technological updates efficiently while maintaining operational readiness in Navy vessels. Guidelines for contractor responsibilities, payment processes, and quality control are also articulated, aligning with the goals of enhancing naval capabilities while ensuring the security and integrity of delivered products.
    Lifecycle
    Title
    Type
    Milcortex Brick Computer
    Currently viewing
    Solicitation
    Similar Opportunities
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of a computer system, identified by NSN 7RH 7010 016951281 and part number 123SCSA9035-1, with a requirement for six units. This procurement is critical for maintaining operational capabilities and ensuring the reliability of electronic systems used by the Navy. Interested vendors must submit their quotes via email to Joseph K. Pace at joseph.k.pace8.civ@us.navy.mil, adhering to the requirement for government source approval prior to award, with all necessary documentation included as outlined in the NAVSUP WSS source approval brochure. The deadline for submission is specified in the solicitation, and offers lacking the required information will not be considered.
    70--PANEL PC, IN REPAIR/MODIFICATION OF
    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 and modification of a PANEL PC, part number RP19SX-3D-GNW. The procurement requires a firm-fixed price for the repair of five units, with a Repair Turnaround Time (RTAT) of 120 days after receipt of the assets, emphasizing the importance of timely and efficient service in maintaining operational readiness. This contract is critical for ensuring the functionality of essential equipment used in military operations, and interested contractors must be authorized repair sources to qualify for the award. Proposals must be submitted electronically to the primary contact, Leigh Catchings, at leigh.e.catchings.civ@us.navy.mil, with a minimum quote expiration of 90 days and all necessary documentation included.
    RUGGED,FLAT,PANEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Rugged Flat Panel, under solicitation number N00104-25-Q-LE15. The procurement aims to secure a repair turnaround time (RTAT) of 90 days for the specified item, which is critical for maintaining operational readiness and functionality within naval operations. Interested contractors are encouraged to provide their quotes, including pricing and RTAT, by the close of business on January 5, 2026, and must ensure compliance with all specified quality assurance and inspection requirements. For further inquiries, potential bidders can contact Joseph Weaver at 717-605-1884 or via email at joseph.d.weaver22.civ@us.navy.mil.
    RADAR DATA PROCESSOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Radar Data Processors (NSN: 5840-01-641-1826) essential for the SeaWatch system aboard various Coast Guard vessels. The procurement requires compliance with stringent packaging and marking standards, including adherence to ASTM-D-3951 and MIL-STD-2073, ensuring that the items are properly preserved and identified for government use. This contract is critical for maintaining the operational capabilities of the Coast Guard's radar systems, which play a vital role in maritime safety and security. Interested vendors must submit their quotations by January 9, 2026, at 10:00 AM EST, and can contact Donna Scandaliato at donna.m.scandaliato@uscg.mil or 410-762-6259 for further information.
    NAWCAD WOLF iHawk Rackmount System
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting quotes for the procurement of a "TW12 iHawk Rackmount System" and associated components on a firm fixed-price basis. This solicitation is strictly for brand name items, with no substitutions accepted, and requires that all offerors be authorized distributors or resellers, registered in the System for Award Management (SAM), and compliant with the Trade Agreements Act (TAA). The goods are critical for military applications, and the government aims to award the contract based on the lowest evaluated price that meets technical acceptability standards. Interested vendors must submit their quotes by 5:00 PM Eastern Time on January 6, 2026, and can direct inquiries to Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of Commercial Off-The-Shelf (COTS) items, including various electronic components for the Transportable Tactical Command and Control System (TTWCS). The required items encompass power supplies, circuit card assemblies, optical test sets, sensors, and storage drives from specified manufacturers, with all items to be delivered to Port Hueneme, California, by February 28, 2026. This procurement is critical for maintaining operational readiness and compliance with stringent military standards, ensuring that only approved products are utilized. Interested vendors must submit their offers by January 2, 2026, and can direct inquiries to Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil.
    WEAPON CONTROL COMP
    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 Weapon Control Computers. The procurement aims to establish a contract for the repair services, requiring a Repair Turnaround Time (RTAT) of 110 days, with specific guidelines for pricing and inspection processes. These computers are critical for fire control systems, underscoring their importance in maintaining operational readiness and effectiveness. Interested contractors should submit their quotes, including unit prices and RTAT, to the primary contact, Logan Mann, via email at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381, with the solicitation details available for review.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of sustainment and production hardware for the Ship Self-Defense System (SSDS). This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the maintenance of critical SSDS hardware, including Maintenance Assist Modules (MAMs), Arming Units, and Portable Maintenance Aid (PMA) Laptops. The SSDS program is vital for ensuring the operational readiness of U.S. Navy amphibious ships and aircraft carriers, with a focus on maintaining high standards of quality assurance and compliance with military protocols. Interested contractors must submit their responses by January 19, 2026, to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, with additional contacts including David Chamberlain and Kathleen Simonini for further inquiries.
    PROJECT CM25274005
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a fixed-price contract related to the procurement of NSN 2040015013323, which pertains to marine hardware and hull items. The contract will include a one-year base period with an option for an additional year, allowing for shipments to various military depot locations as needed, with no restrictions on technical data or manufacturing processes. This procurement is significant for maintaining military readiness and ensuring the availability of essential components, with proposals due following the solicitation release on January 7, 2026. Interested vendors should contact Mindy Cook at mindy.cook@dla.mil or 614-692-1798 for further details and must comply with export-control regulations and JCP certification requirements.