EMI Testing
ID: N0017824Q6900Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for electromagnetic interference (EMI) testing services related to the AEGIS MK6 MODX Data Acquisition Processor and its associated enclosures. The procurement involves comprehensive testing phases, including preparation, execution, and post-testing documentation, in compliance with military standards such as MIL-STD-461G. This initiative is critical for ensuring the reliability and performance of defense systems, underscoring the government's commitment to maintaining national defense capabilities. Interested contractors must submit their quotes by September 3, 2024, with an anticipated award date later that month; for inquiries, contact Terrence Turner at terrence.o.turner.civ@us.navy.mil or 540-742-8853.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the procurement of two Hoffman enclosures containing electronics for the DACE, as part of solicitation number N0017824Q6900. The first item is the DACE BME Enclosure, with a unit acquisition cost of $33,000, and the second is the VLP BME Enclosure, priced at $25,000. Each item is designated for delivery approximately two days before testing, within a delivery timeline of three weeks. The file includes specific details regarding National Stock Numbers (NSN), CAGE codes, and part numbers for precise identification of each item. The initiative signifies a government effort to secure specialized electronic components essential for operational requirements, demonstrating adherence to procedural standards for federal acquisitions. Overall, the document serves as a clear communication of supply needs and logistics for government contracting purposes.
    The document pertains to the DD Form 1423-1, which is designed for stating the contract data requirements for a specific data item related to the MK6 MOD1 Common Display System. It outlines critical details including the data item number, title, requiring office, and submission dates for the test procedure data item. The document's structure includes sections for contract information, compliance requirements, submission frequency, and distribution statements. It specifies that the contractor must submit data via electronic media, addressing communications to the Technical Point of Contact (TPOC), with a review timeline specified for both the government and contractor parties. The distribution is limited to the Department of Defense and U.S. DOD contractors, underscoring confidentiality and security protocols for sensitive information. Overall, the form serves as a formal requirement in contracting processes, ensuring critical data requirements are met for defense-related projects, in line with federal regulations surrounding government RFPs and grants.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense (DoD) to manage information collection for contracts. The form captures essential details regarding the delivery and requirements for a specific data item associated with a government contract. It includes sections for contract line item numbers, titles, submission dates, contractor details, and distribution information, with a focus on technical documentation like test and inspection reports. The contractor is tasked with submitting all required data electronically to the designated Technical Point of Contact (TPOC). Distribution of data is limited to the Department of Defense and authorized contractors, denoted by a distribution statement. It emphasizes regulatory compliance and establishes timelines for reviews and revisions. This document exemplifies the structured approach in federal contracts, aiming to ensure quality, traceability, and adherence to contract specifications while minimizing the burden on respondents through a systematic information collection process.
    The document outlines the Test Procedure as part of the Data Item Description (DID) DI-NDTI-80603A, effective since November 14, 2006. It serves as a guideline for the step-by-step testing operations required for items undergoing developmental, qualification, or acceptance testing in government contracts. The procedure details the necessary testing elements, including items to be tested, required equipment, test conditions, measurement parameters, and pass/fail criteria. The document specifies the required format and content for creating test procedures, including cover page requirements, table of contents, unique procedure numbering, and a comprehensive body that outlines the purpose of the test, test requirements, necessary equipment, and a detailed step-by-step procedure. It emphasizes the importance of including data sheets for recording tests and identification of support requirements. This DID is crucial for ensuring standardization and compliance in federal testing procedures related to various contracts, impacting equipment development and military readiness. It supersedes an earlier version, consolidating guidelines for effective testing documentation.
    The document serves as a Data Item Description (DID) for the Test/Inspection Report (DI-NDTI-80809B), detailing the necessary information for documenting test results, findings, and analyses to ensure compliance with government systems requirements and performance objectives. The report's structure is outlined, indicating the required format, content, and preparation instructions for contractors. Key sections include the report's cover page, table of contents, introduction, body, and appendices. Essential elements encompass test objectives, item identification, inspection parameters, results, conclusions, and recommendations. The report emphasizes certifications related to procedural adherence and the item’s acceptability status. The purpose of this document is to standardize the reporting process for testing and inspection to facilitate effective evaluation by the government or contracting agencies. It ensures adequate documentation for compliance verification in accordance with specified contracts, key for RFPs, grants, and procurement processes at various governmental levels.
    The Naval Sea Systems Command (NAVSEA) has issued a Statement of Work (SOW) detailing the Environmental Qualification testing for the AEGIS MK6 MODX Data Acquisition Processor and its associated Bulkhead Mounted Enclosure (BME). This initiative, conducted by the Naval Surface Warfare Center Dahlgren Division (NSWCDD), includes preparation, testing, and post-testing phases for electromagnetic interference (EMI) compliance. The contractor is required to provide test procedures, support equipment setup, conduct EMI and power testing per military standards, and ensure proper documentation throughout the process. Government-furnished materials will be provided prior to testing, along with oversight personnel to coordinate efforts. The SOW specifies timelines for preparation (three days), testing (two weeks), and post-test activities (three days), stipulating that any required retests will necessitate prior approval. This project underscores the government's commitment to ensuring the quality and reliability of defense systems through rigorous testing protocols. All findings will include a disclaimer regarding their representation of official Department of Defense positions.
    The document outlines a solicitation (N0017824Q6900) from the Naval Surface Warfare Center Dahlgren Division (NSWCDD) for commercial services related to Electromagnetic Interference (EMI) testing of the AEGIS MK6 MODX Data Acquisition Processor and related enclosures. Key tasks include preparation, testing, and post-testing phases, with a detailed Statement of Work specifying requirements such as providing test procedures, conducting EMI testing in compliance with MIL-STD-461G, and performing power testing. The contract emphasizes the contractor's responsibility in delivering specified equipment and services, outlining timelines and deliverables. The contract also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) clauses, ensuring compliance with legal and regulatory obligations, particularly concerning small business involvement and reporting requirements. The document highlights the importance of accurate reporting and coordination with government personnel, underscoring the relevance of this project for national defense capabilities.
    Lifecycle
    Title
    Type
    EMI Testing
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    NULKA MK 234 ADAP PROGRAM SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane (NSWC-CR), is seeking engineering, technical, maintenance, and sustainment services for the Nulka MK 234 Advanced Decoy Architecture Program (ADAP). The procurement aims to provide comprehensive support, including logistics, configuration management, maintenance, refurbishment, research and development, and training services related to the program. This contract is critical for maintaining the operational readiness and effectiveness of the Nulka MK 234 system, which plays a vital role in naval defense strategies. Interested parties must submit their capability statements or proposals by September 18, 2024, with inquiries directed to Jackson Stone at jackson.t.stone2.civ@us.navy.mil.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole source procurement for the Test Teardown and Evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative aims to restore failing power supplies on naval ships, which is critical following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms. The total budget for this procurement is capped at $250,000, with a completion deadline extending up to 12 months post-award, and interested vendors must submit their offers by September 18, 2024, at 4:00 PM Eastern Time to Marty Arvin at marty.arvin2.civ@us.navy.mil.
    CABLE ASSY, AEGIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the CABLE ASSY, AEGIS, through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of critical electrical and electronic assemblies, which are vital for naval defense systems. The contract will require bidders to provide a Repair Turnaround Time (RTAT) and adhere to strict quality assurance and inspection standards, with the expectation of Government Source Inspection (GSI) upon completion. Interested contractors should contact Justin Long at 717-605-1456 or via email at JUSTIN.LONG6@NAVY.MIL for further details, as the solicitation is issued under Emergency Acquisition Authority and includes specific compliance requirements.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    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 and modification of Comparator Modules. The procurement aims to secure a total of 33 units, with a focus on achieving a Repair Turnaround Time (RTAT) of 180 days, ensuring that all repairs meet stringent operational and functional requirements as outlined in the contract specifications. These modules are critical for electronic countermeasures and are essential for maintaining the operational readiness of naval systems. Interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of October 7, 2024. For further inquiries, potential bidders can contact Nicole Diehl at 717-605-5415 or via email at nicole.diehl@navy.mil.
    AMPLIFIER,ELECTRONI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of electronic amplifiers under the title "AMPLIFIER, ELECTRONI." This procurement requires compliance with MIL-STD packaging and government source inspection, with a focus on firm-fixed pricing and authorized sources only. The amplifiers are critical components for various defense applications, and the solicitation emphasizes the importance of quality assurance and traceability in the supply chain. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the deadline of September 27, 2024, ensuring that all required documentation and pricing details are included.
    MULTI DATA LINK SYS
    Active
    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 the Multi Data Link System. This contract requires the manufacture and supply of specialized equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and Government Source Inspection. The goods are critical for military operations, emphasizing the need for timely and compliant delivery, with an option for increased quantity up to 100% within 365 days of contract award. Interested vendors should submit their quotes electronically to Alexander Davies at alexander.m.davies6.civ@us.navy.mil, ensuring compliance with all outlined requirements and certifications, with a minimum quote expiration of 90 days.
    59--RECTIFIER EMI FLTR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Rectifier EMI Filters, classified under the NAICS code 334417 for Electronic Connector Manufacturing. The contract requires that all items be manufactured, tested, and inspected according to specific military standards and drawings, with a prohibition on the use of MIL-W-81381 wire, necessitating compliance with MIL-W-22759 series wire instead. This procurement is critical for ensuring the reliability and performance of electronic components used in defense applications. Interested contractors should direct inquiries to Jason Sklenkar at 215-697-4179 or via email at JASON.SKLENCAR@NAVY.MIL for further details and clarification.
    G1-0050 Standard Missile Kit and Box
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a Standard Missile Kit and Box, as outlined in Request for Quotation (RFQ) N0017424Q0103. The procurement involves the fabrication and assembly of specific hardware components, including the Encan/DECAN Kit and Box for the Standard Missile (SM 3/6) program, with delivery expected by December 14, 2024. This initiative is crucial for supporting defense operations, ensuring the availability of specialized metal weapons storage containers. Interested vendors must submit their quotes by September 19, 2024, and may request technical drawings via email to Laura Adams at laura.a.adams41.civ@us.navy.mil by September 12, 2024, to facilitate their proposals.
    66--ELECTRONIC SYSTEM,T
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking a single vendor to procure an electronic system NSN 7R-6625-012703318-LA, a critical component required for ongoing naval operations. This system is essential for ensuring the effective functionality of their weaponry and defense mechanisms. Interested parties should contact Peter A. Kobryn at the provided email or phone number for more information and to submit their proposals before the deadline.
    59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF
    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 and modification of electronic components. This procurement involves the repair of items identified by specific Cage Codes and reference numbers, adhering to stringent quality assurance and inspection standards as outlined in the contract requirements. The electronic components are critical for maintaining operational readiness and functionality within Navy systems. Interested contractors must submit their offers by 4:30 PM Eastern Time on August 22, 2024, and are encouraged to direct any questions to Daniel Shepley at DANIEL.SHEPLEY@NAVY.MIL or by phone at 717-605-7043.