Viasat Modules
ID: N0017825Q6719Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

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

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Viasat Modules, specifically modems and development boards essential for establishing global communications capabilities. The procurement includes six Viasat ELERA-C hubs, eight development boards tailored for L-band operations, and necessary testing support, with a focus on utilizing proprietary technologies for effective communication system validation. This opportunity is critical for enhancing communication capabilities within the Department of Defense, and interested vendors must submit their quotations by April 15, 2025, with an anticipated award date by May 15, 2025. For inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or call 540-742-8849.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center (NSWCDD) for procurement of Viasat ELERA-C equipment and testing support to establish a global communications capability. Key deliverables include six Viasat ELERA-C hubs compatible with specific satellite frequencies, eight development boards tailored for L-band operations, and testing support for bandwidth utilization. The overall goal is to enable effective testing and validation of communication systems using proprietary technologies within a defined Statement of Work. The document includes clauses that set forth the legal terms, conditions, and regulations applicable to the contract, emphasizing the need for compliance with various federal standards and security measures. Moreover, it specifies delivery schedules and invoicing procedures, underscores the significance of unique item identification for traceability, and mandates that all work be unclassified. The RFP emphasizes the government's commitment to working with small businesses, particularly service-disabled veteran-owned and women-owned enterprises. This procurement aligns with federal initiatives to enhance communication capabilities while ensuring adherence to regulatory mandates.
Apr 8, 2025, 1:05 PM UTC
The document is an amendment to a federal solicitation, specifically extending the posting dates. The original timeline from April 1, 2025, to April 10, 2025, has been revised to a new range of April 8, 2025, to April 15, 2025. The amendment affects the deadline for offers to be submitted, changing the response date and time from April 10, 2025, at 12:00 AM to April 15, 2025, at 5:00 PM. It also reiterates that all other terms and conditions of the contract remain unchanged. The document requires contractors to acknowledge receipt of this amendment to avoid potential rejection of their offers. The amendment emphasizes adherence to proper procedures in recognizing changes made to the original solicitation, ensuring compliance with federal contracting requirements. Overall, the purpose of this document is to officially communicate changes regarding the solicitation's deadlines while reinforcing the importance of acknowledgment and compliance by contractors.
Lifecycle
Title
Type
Viasat Modules
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
Marine Corps Wideband Satellite Communications - Expeditionary Program
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MCSC), is conducting market research to identify industry capabilities for supporting the Marine Corps Wideband Satellite Communications – Expeditionary (MCWS-X) program. The MCSC is specifically seeking vendors who can provide system maintenance, sustainment, and the development of new terminals to enhance existing communications capabilities, as they currently rely on L3Harris for these services. The MCWS-X terminals are critical for rapid deployment and high data throughput, utilizing advanced satellite communications technology that is compatible with both legacy and future systems. Interested parties must submit their responses detailing their capabilities and proprietary information by May 7, 2025, via email to the primary contact, Victoria Downing, at victoria.downing@usmc.mil, or the secondary contact, Leigh Anne Romo, at leigh.a.romo.civ@usmc.mil.
MODEM,COMMUNICATION
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of communication modems under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to secure a Repair Turnaround Time (RTAT) of 119 days for the specified modems, which are critical for maintaining operational communication capabilities within military operations. Interested contractors must provide detailed quotes including unit prices, total prices, and their ability to meet the required RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Jamie Kershaw at 717-605-3233 or via email at jamie.m.kershaw.civ@us.navy.mil.
Rugged Antenna Ultra-Wideband
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking quotations for the procurement of rugged ultra-wideband antennas, specifically the EM-6841 model, to meet military standards (MIL-STD-810H). The procurement requires five units to be delivered to Dahlgren, Virginia, and emphasizes that suppliers must be authorized resellers to provide quotes, ensuring compatibility with existing hardware. Interested vendors must submit their proposals by May 2, 2025, with the anticipated award date set for June 1, 2025. For further inquiries, potential bidders can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at 540-742-8050.
SYNTHESIZER ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture and supply of specific communication equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and government source inspection. The SYNTHESIZER ASSY is critical for use in naval operations, emphasizing the importance of compliance with stringent specifications to ensure operational reliability. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of May 15, 2025, with all submissions requiring a minimum quote expiration of 90 days.
Sources Sought - SatLite SATCOMs
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential providers of Satellite Communications (SATCOMs) as part of a market research initiative. The procurement aims to identify equipment that meets specific technical characteristics for Sat-Lite feeds, Low Noise Blocks (LNBs), and Low Noise Amplifiers (LNAs) compatible with the Sat-Lite Agilis 2431 Motorized Flyaway Antenna, emphasizing frequency support and cost-effectiveness. This initiative is crucial for enhancing communication capabilities within the Air Force, reflecting a commitment to advancing technology in military operations. Interested vendors must respond by April 30, 2025, and direct any inquiries by May 2, 2025, to the primary contact, William R. Dabbs, at william.dabbs.1@spaceforce.mil or 719-556-6597.
3U VPX Single Board Computer and Linux Board Support Package
Buyer not available
The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking to procure a 3U VPX single board computer along with a brand name Linux board support package. The procurement requires that all items and quantities specified in Attachment 1 must be included in the quotes submitted, as partial submissions will not be considered. This acquisition is critical for supporting advanced electronic computing needs within the Navy's operations. Interested vendors must submit their quotes by May 1, 2025, at 2:00 PM Pacific Time, via the NAVWAR e-Commerce website, and any questions regarding the solicitation must be submitted by April 30, 2025, at 12:00 PM Pacific Time to the designated contact, Trinity Anglo, at trinity.l.anglo.civ@us.navy.mil.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
59--DRIVE,ANTENNA UNIT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a DRIVE, ANTENNA UNIT, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the delivery of six units, with specific quality assurance and inspection standards, including compliance with ISO 9001 and MIL-STD-129 for marking. These units are critical for military applications, particularly in naval operations, where reliable communication equipment is essential. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Tonya Nearhood at Tonya.Nearhood1@navy.mil or by phone at 717-605-1649.
58--MODULE,CCA,UNDERVOL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a MODULE, CCA, UNDER VOLTAGE. This contract involves the manufacture and supply of specialized communications equipment, categorized under NAICS code 334290, which is critical for military operations and communications. The contract will require compliance with various quality assurance and inspection standards, including electrostatic discharge control and specific marking requirements, with a delivery timeline of 180 days post-award. Interested vendors should direct inquiries to Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil, and must ensure they are authorized distributors of the original manufacturer’s items to be considered for the award.