General Dynamics (GDMS) TACLANE-Flex
ID: N0017825Q6849Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of General Dynamics TACLANE-Flex (KG-175F) and related accessories, as outlined in solicitation N0017825Q6849. This procurement is critical for maintaining secure data encryption solutions used in federal government applications, with specific requirements including trade-ins, power adapters, and cable packs, all to be provided on a Firm Fixed Price basis. Interested vendors must be authorized resellers of General Dynamics products and are required to submit their quotes by August 18, 2025, with an anticipated award date of September 17, 2025. For further inquiries, potential offerors can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, likely an RFP, outlines a detailed list of requirements for cryptographic equipment, primarily focusing on TACLANE-Flex (KG-175F) and ProtecD@R Multi-Platform (KG-204) encryptors. The document specifies quantities, part numbers, and included accessories such as cables, power adapters, and CIKs (Crypto Ignition Keys). It also details warranty coverage, noting that some items include a 5-year hardware/software warranty and help desk support, while others have a 90-day hardware warranty. Crucially, the document states that installation and support services are not included for certain items and emphasizes that only authorized resellers can provide quotes. This highlights a procurement need for secure data encryption solutions for federal government applications.
    This document outlines the requirements for acquiring specific encryption and data protection hardware, primarily for government use. The primary items requested include four units of the TACLANE-Flex (KG-175F), featuring accessories like cables and power adapters, alongside a requirement for its trade-in. Additional items include two ProtecD@R Multi-Platform (KG-204) units set to ensure data security for Top Secret and Below levels, enhancing data-at-rest encryption capabilities with specified warranties. Both system configurations come with respective cables and user key identification kits (CIKs) but exclude installation and support services, requiring bidders to be authorized resellers. The document emphasizes the stringent nature of such procurement, indicating the focus on secure communications and data protection in high-stakes governmental functions. Details about warranties, part numbers, and specifications illustrate the precise nature of these procurements needed for maintaining operational security.
    This government solicitation, N0017825Q68490001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) for commercial products and services, specifically GDMS Taclanes and related accessories. The Naval Surface Warfare Center (NSWC) Dahlgren, VA, issued the RFP, with offers due by August 18, 2025. The solicitation details the required supplies, including TACLANE-Flex (KG-175F) trade-ins, standard power adapters, 1-meter cable packs, and ProtecD@R Multi-Platform (KG-204) units, all on a Firm Fixed Price basis. The document outlines inspection, acceptance, and delivery procedures, specifying that deliveries to NSWC Dahlgren must occur Monday through Friday from 7:00 a.m. to 2:30 p.m. It also incorporates various FAR and DFARS clauses by reference and full text, addressing topics such as electronic invoicing via Wide Area WorkFlow (WAWF), safeguarding contractor information systems, and prohibitions on certain foreign-manufactured products.
    This government file is an amendment to a solicitation/modification of contract (Standard Form 30, N0017825Q68490001). The primary purpose of this amendment is to change the Request for Quotation (RFQ) from a Sole Source to a Brand Name and extend the closing date for offers to August 18, 2025. The document details the process for acknowledging receipt of the amendment and making changes to previously submitted offers. It also includes an extensive list of Federal Acquisition Regulation (FAR) clauses that are incorporated by reference, many of which are marked as applicable to this contract. These clauses cover various compliance requirements, including those related to business ethics, supply chain security, labor standards, and anti-trafficking measures. The amendment also specifies flow-down requirements for certain FAR clauses to subcontractors.
    The document outlines a solicitation for commercial products and services related to Women-Owned Small Businesses (WOSB) and includes details relevant to the procurement process of the U.S. government. With a focus on the acquisition of specific equipment—particularly TACLANE products and related accessories—the solicitation specifies quantities, pricing arrangements, delivery requirements, and terms of service. Interested vendors must provide legally mandated documentation, including applicable warranties and detailed billing processes using the Wide Area Workflow (WAWF) system. Additionally, the document integrates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, governing aspects such as electronic submission of payment requests, contractor responsibilities, and the inclusion of small business concerns in subcontracting. The primary aim of the solicitation is to engage WOSB and other specified entities in fulfilling governmental procurement needs while fostering compliance with established regulations that promote diversity and accountability in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    58--ENCRYPTION-DECRYPTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of encryption-decryption equipment under the title "58--ENCRYPTION-DECRYPTI." The contract requires the delivery of 13 units of the specified equipment, with strict adherence to guidelines regarding the provision of newly manufactured spares only, as refurbished or remanufactured items will not be accepted. This procurement is critical for ensuring secure communications within defense operations, emphasizing the importance of compliance with government standards and regulations. Interested vendors should direct inquiries to Keli Barish at 215-737-3861 or via email at KELI.BARISH@DLA.MIL, and must submit their proposals in accordance with the solicitation requirements.
    59--DIPLEXER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 12 units of the DIPLEXER, identified by NSN 5985015910112. This solicitation is a Total Small Business Set-Aside, aimed at acquiring electronic components critical for military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    10--DUAL AXIS FOG GYRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 10 units of the Dual Axis Fog Gyro, identified by NSN 1005015661917. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The Dual Axis Fog Gyro is critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA Depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    58--KEYER GROUP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the KEYER GROUP, identified by NSN 5895010843692. This solicitation is a Total Small Business Set-Aside, aimed at sourcing equipment essential for communication and detection systems, which play a critical role in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
    Cables, Fiber Optic
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    10--KIT,M240 EGRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the M240 Egress Kit, identified by NSN 1005016460342. The solicitation includes a requirement for three units to be delivered within 270 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining the operational readiness of military units, as the M240 Egress Kit is essential for weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 39 units of antennas, specifically NSN 5985-01-308-1819, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including Aerospace & Commercial Technologies and Lockheed Martin Corporation, and the government requires delivery within 180 days to Hill AFB, Utah. This solicitation emphasizes the importance of quality conformance and export control of technical data, and interested vendors must have an approved Joint Certification Program (JCP) certification to access the necessary data. Proposals will be evaluated based on price, delivery, and past performance, with the solicitation expected to be available around November 10, 2025, on the DLA Internet Bid Board System (DIBBS). For further inquiries, interested parties can contact Angie Hernandez at Angie.Hernandez@dla.mil or by phone at 614-693-0248.
    58--ENCLOSURE, FCR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    59--CABLE ASSEMBLY,RADIO F
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 33 units of the Cable Assembly, Radio F, under solicitation number NSN 5995011834467. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.