BRAND NAME OR REQUAL AIM–USA LLC POWER TESTER
ID: N0016425Q0514Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals from qualified small businesses to supply a specific power tester from AIM-USA LLC. This procurement is aimed at acquiring commercial products and services that meet military specifications, including unique identification and software requirements for military applications. The selected contractor will be responsible for ensuring compliance with various Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) requirements, particularly focusing on economically disadvantaged women's businesses and veteran-owned entities. Interested parties should note that the deadline for offers has been extended to February 13, 2025, at 04:00 PM Eastern Standard Time, and inquiries can be directed to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines an amendment to a solicitation regarding government contracts administered by the NSWC Crane Warfare Center. The amendment extends the deadline for offers to February 13, 2025, at 04:00 PM Eastern Standard Time while maintaining all other terms and conditions of the solicitation. It specifies the required acknowledgment of receipt for the amendment, detailing the acceptable methods for bidders to confirm their acknowledgment, and the protocols for submitting any changes to previously submitted offers. The document includes a summary of changes, highlighting the response due date alteration and identifies key personnel related to the solicitation. Overall, the primary purpose is to communicate amendments to potential contractors and ensure compliance with the updated timelines and conditions for the solicitation.
    The document outlines a solicitaiton for Women-Owned Small Businesses (WOSB) to supply commercial products and services to the Naval Surface Warfare Center (NSWC) Crane. It includes vital details such as requisition and contract numbers, award date, solicitation specifics, and contact information for inquiries. The solicitation seeks specific items from AIM-USA LLC, detailing their model numbers and requirements, including unique identification and software for military applications. Moreover, the document specifies delivery terms, inspection and acceptance procedures, and outlines payment processes through the Wide Area Workflow (WAWF) system. It also emphasizes adherence to various Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) requirements, ensuring compliance with small business set-asides, specifically for economically disadvantaged women's businesses and veteran-owned entities. The document serves as a comprehensive guide for potential bidders, outlining the framework for submission, evaluation, and compliance with federal contracting standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Supply
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC Dahlgren), is soliciting proposals for the supply of Sorenson Power Supplies (SG Series) as part of a combined synopsis/solicitation. The procurement aims to meet specific technical requirements for electrical equipment, with a focus on compliance with federal regulations, including the Defense Federal Acquisition Regulation Supplement (DFARS). This opportunity is particularly significant for small businesses, including service-disabled veteran-owned and women-owned enterprises, reflecting the government's commitment to fostering diverse participation in federal contracting. Proposals are due by 12:00 PM on March 7, 2025, with delivery expected 16 weeks post-award, and interested parties can contact Karen Major at karen.l.major7.civ@us.navy.mil or by phone at 540-742-8863 for further information.
    SOLE SOURCE –CONTINUOUS WAVE ILLUMINATOR (CWI) NOISE TEST SET
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Continuous Wave Illuminator (CWI) Noise Test Set through a sole source contract with Omniphase Research Laboratories, Inc. This procurement aims to acquire specialized supplies and services, including engineering change proposals, software user manuals, and test reports, which are uniquely provided by this manufacturer. The CWI Noise Test Set is critical for defense-related operations, ensuring accurate measurement and testing of electrical signals. Interested vendors must submit their quotes by March 4, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil, with all intellectual property rights retained by the government as stipulated in the solicitation.
    CABLES AND CIRCUITS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of cables and circuits, specifically targeting Women-Owned Small Businesses (WOSB). The solicitation invites bids for commercial products and services, emphasizing inclusivity by encouraging participation from Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is crucial for ensuring the availability of reliable communication equipment components, which play a vital role in defense operations. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for further inquiries, with submissions required to comply with the Federal Acquisition Regulation (FAR) guidelines.
    Databus Network Tester (part number: SW29716)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the acquisition of three MIL-STD 1553 Network Data Bus Testers (part number SW29716) under solicitation number FA252125Q0010. This procurement aims to enhance the testing capabilities for electrical and electronic properties, which are critical for maintaining operational standards within military communications systems. Proposals must be submitted electronically, adhering to specified guidelines, with evaluations based on technical acceptability, delivery time, and pricing. Interested parties should contact Mohamed Bah at mohamed.bah.6@spaceforce.mil or call 321-494-9943 for further details, with submissions due by the outlined deadline.
    ETHERNET CONVERTER
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is soliciting offers for the procurement of five Ethernet converters as part of a Women-Owned Small Business (WOSB) program. The converters must meet specific technical requirements, including dual redundancy and MIL-STD-1553 capability, and the contract will be awarded based on firm fixed pricing with a delivery expectation of 45 days post-award. This procurement reflects the government's commitment to supporting small businesses while ensuring compliance with federal standards, including various FAR and DFARS provisions. Interested contractors should submit their offers by March 7, 2025, and can direct inquiries to Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil or Rebecca Helton at rebecca.l.helton4.civ@us.navy.mil.
    16--POWER CONTROL ASSEM
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the procurement of power control assemblies, as outlined in solicitation N00383-23-R-S271. This opportunity is aimed at manufacturers within the Other Aircraft Parts and Auxiliary Equipment Manufacturing industry, specifically focusing on compliance with federal regulations, including fair pricing and equal opportunity clauses. The goods are critical for maintaining operational capabilities within the Navy's aircraft systems. Interested contractors must submit their proposals by the extended deadline of March 20, 2024, at 2:00 PM local time, and can direct inquiries to Kathryn Hull at 215-697-6646 or via email at KATHRYN.HULL@NAVY.MIL.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Buyer not available
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) for innovative research proposals aimed at enhancing national security through advanced technologies. The BAA seeks revolutionary ideas and technology demonstrators in areas such as Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of improving NSWC Crane's mission capabilities and supporting the Department of Defense's strategic objectives. Proposals can be submitted on a rolling basis until February 1, 2025, with multiple awards anticipated, funded through various instruments including contracts and grants. Interested parties should contact Danielle Peter at danielle.m.peter.civ@us.navy.mil for further details and guidance on submission requirements.
    Vehicle Lifting Assembly Weight Testing and Certification
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for a firm-fixed-price contract focused on the proof testing and certification of fourteen vehicle lifting assemblies. Contractors are required to conduct testing in accordance with NAVFAC P-307 standards, ensuring that the assemblies are certified at 125% of their rated capacity, while also providing testing results and tagging the assemblies with unique serial numbers. This procurement is crucial for maintaining safety and operational readiness within the Navy's logistics support framework. Interested small businesses, particularly those that are service-disabled veterans, economically disadvantaged women, or HUBZone certified, must submit their bids by the extended deadline of March 5, 2025, at 12:00 PM, and can direct inquiries to Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    MK34 2025 BUILD/FUSE SETTER UNITS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals from qualified small businesses for the MK34 2025 Build/Fuse Setter Units. This procurement involves the production of specific non-commercial items, including Case Setter Units and Power Supplies, with a focus on adhering to detailed technical specifications and manufacturing standards outlined in the associated documentation. The goods are critical for military applications, ensuring operational readiness and effectiveness in explosive ordnance disposal technologies. Interested vendors must submit their quotes by 09:00 a.m. Eastern Standard Time on March 5, 2025, and are required to have an approved DD Form 2345 and be registered in the System for Award Management (SAM). For further inquiries, potential offerors can contact Amy Anderson at amy.c.anderson2.civ@us.navy.mil.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.