ETIRS Analog Tachometer Frequency
ID: N68335-25-RFI-0291Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

LIQUID AND GAS FLOW, LIQUID LEVEL, AND MECHANICAL MOTION MEASURING INSTRUMENTS (6680)
Timeline
  1. 1
    Posted Nov 13, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 17, 2024, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is conducting market research to identify potential sources for the procurement of rack-mounted Analog Discrete Input Measurement instruments for the Engine Test Instrumentation Replacement System (ETIRS). The instruments must meet specific performance and environmental requirements, including compliance with military standards for vibration, temperature, and humidity, as well as the capability to be controlled through standardized Application Programming Interfaces (APIs). This procurement is critical for enhancing the functionality and reliability of naval aircraft testing systems. Interested vendors must submit their responses, including documentation of capabilities and past performance, by December 16, 2024, at 4 PM EST, and can contact Paras Patel or Terrence Shearer for further information.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
Wattmeter Calibrator System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking responses from qualified vendors for the modernization of its Wattmeter Calibration Systems (WCS) and the procurement of a Primary Lab Wattmeter Calibration System (PLWCS) under the Naval Air Systems Command's Metrology and Calibration (METCAL) Program. The initiative aims to replace the existing WCS, which has been in service for over 40 years, with modernized systems that enhance measurement range, accuracy, and precision for calibrating both analog and digital radio frequency wattmeters in shore-based laboratories. This procurement is critical for maintaining high standards of measurement accuracy and operational readiness within the Navy, ensuring compliance with military specifications and enhancing workforce training capabilities. Interested parties are encouraged to submit a Capability Statement and Rough Order of Magnitude by April 22, 2025, to Procurement Specialist Taylor O’Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R6005 in their correspondence.
N0038325PR284
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of two units of a flight test set, identified by NSN: 6R4920014498072 and Part Number: ADTS405-8325. This equipment is crucial for aircraft maintenance and repair, ensuring operational readiness and safety of naval aviation assets. Interested vendors can reach out to Christopher Campellone at 215-697-2530 or via email at christopher.campellone.civ@us.navy.mil for further details regarding the solicitation process.
Joint Service ELECT Combat SYS Tester & TPIH Accessory Set
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure specialized equipment, specifically the Joint Service ELECT Combat Systems Tester and TPIH Accessory Sets, on a non-competitive basis from Textron Systems. This procurement involves five Joint Service ELECT Combat Systems Testers and three TPIH Accessory Sets, designated for the Japan and France E-2D Programs, with specific quantities required by each country. These items are crucial for the maintenance and operational readiness of military aircraft, particularly in the context of Foreign Military Sales to Japan and France. Interested parties are encouraged to submit written responses within fifteen days of this notice, and inquiries can be directed to Desiree Pendleton at desiiree.i.pendleton.civ@us.navy.mil or by phone at 732-323-2155.
TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a TRANSDUCER, MOTIONAL, under a federal contract opportunity. The procurement requires qualified contractors to provide firm-fixed prices for the repair of the specified item, adhering to strict quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This equipment is critical for measuring and testing electrical signals, underscoring its importance in defense operations. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a required Repair Turnaround Time of 308 days post-receipt of the asset, and must include detailed pricing and capacity constraints as part of their submission.
Portable Range Emitter Monitoring System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a Portable Range Emitter Monitoring System to enhance its operational capabilities. The procurement includes a primary receiver for frequency range analysis from 1 MHz to 7 GHz, along with a direction-finding handheld antenna system that integrates GNSS and analysis software, as well as warranty services and on-site training for personnel. This equipment is critical for ensuring effective monitoring and analysis of electronic signals, which is vital for defense operations. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the requirements outlined in the solicitation. For further inquiries, contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689.
Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
ITT Follow On
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking potential procurement sources for the E-2D Integrated Test Team operations through a Request for Information (RFI). The procurement encompasses a range of services including test planning and execution, flight clearance support, aircrew flight test support, and technical assistance for Integrated Test Team operations, with a focus on supporting E-2 aircraft from FY25 through FY30. Interested vendors must demonstrate their capability to meet the Government's requirements, including access to necessary technical data, and are encouraged to submit a one to two-page overview statement by April 8, 2025. For further inquiries, vendors can contact Dariusz McKenzie at dariusz.m.mckenzie.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil.
Keysight Technologies Peak Power Analyzer TYCOM AIR
Buyer not available
The Department of Defense, through the Naval Air Warfare Center, intends to procure a Keysight Technologies Peak Power Analyzer TYCOM AIR on a sole-source basis. This procurement is essential as the analyzer serves as a direct replacement, ensuring compliance with the Maintenance Requirement Card and Planned Maintenance System Cards. The selected vendor, Keysight Technologies, is the only entity capable of fulfilling this requirement due to the specific nature of the equipment needed. Interested parties who believe they can meet the requirement must submit a written response, including a capability statement, to Gwynn Hartkopf by email at gwynn.l.hartkopf.civ@us.navy.mil within 7 days of this notice. All responding entities must be registered in the System for Award Management (SAM) and certified through Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information.
Calibrate and Repair Serial Number 1040C
Buyer not available
The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.