N66001-24-R-0060 Notice of Intent to Award Sole Source
ID: N66001_SNOTE_0C9852E8Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

COMM/DETECT/COHERENT RADIATION (58)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.

    Point(s) of Contact
    April Anne B SegoviaContract Specialist
    (619) 553-4490
    aprilanne.b.segovia.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IRIG-B Time Console Clock (P/N 350ST000B) and Modular Master Clocks (P/N 033000034)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure an IRIG-B Time Console Clock (P/N 350ST000B) and Modular Master Clocks (P/N 033000034) on a sole source basis from Brandywine Communications. This procurement is essential for the operation of dual time clock systems and master modular clocks, which are critical for measuring and testing electrical signals. The government intends to solicit and negotiate with only one source under FAR 13.106-1 (b) (1) (i), with inquiries directed to Jillian Randazzo at jillian.randazzo@navy.mil. No phone calls will be accepted regarding this notice.
    SubHDR Antenna Pedastal Group Spares and Repairs
    Active
    Dept Of Defense
    The U.S. Navy is seeking a contractor for the Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) Spares and Repairs Program. The program focuses on enhancing submarine communication systems by ensuring access to timely depot-level services, including inspections, remanufacturing, and engineering support. The contractor will provide services and supplies for the refurbishment and repair of SubHDR APGs and select Mast Group LRUs, along with associated engineering tasks. This procurement emphasizes the need for efficient radar system upgrades and a comprehensive staffing plan to support the Navy's operational readiness. It seeks a wide range of motor assemblies, RF components, and waveguide assemblies, highlighting the requirement's importance in maintaining submarine communications. The contract, processed under FAR Part 15, offers a ten-year ordering period, firm-fixed-price, and cost-plus-fixed-fee structures. It entails depot-level services, with labor categories and costs playing a pivotal role in the selection process. Offerors must submit proposals by the deadline, focusing on technical quality, cost effectiveness, and timely execution. Contact Nicolas Favreau and Kristina Michael for more information on this $X million opportunity, with key deadlines including a submission date of September 23, 2024.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    58--RECEIVER TRANSMIT,A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of Receiver Transmit, NSN 7R-5845-016590089-CB. This equipment is flight critical, and potential suppliers must obtain government source approval prior to contract award. The solicitation is restricted to approved sources only, and the successful bidder will deliver the goods to the point of origin. This procurement is tailored to the specific requirements of the Navy, which relies on the specialized underwater sound equipment for its operations. The receiver-transmit unit is a critical component, and the contract will be awarded based on the supplier's ability to deliver the goods promptly. Interested parties should contact Svitlana Shvets at the provided email or phone number for more information. The funding amount has not been specified, but the deadline for submissions is crucial, with potential suppliers required to submit their proposals by the cut-off date to be considered for award.
    58--MODEM,COMMUNICATION
    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 modem communication spare parts. This requirement is classified as a sole source procurement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. Proposals must remain valid for a minimum of 120 days, and inquiries can be directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-1202.
    66--TIME DISTRIBUTION S
    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 time distribution services under the title "66--TIME DISTRIBUTION S." The contract will focus on the manufacturing of bare printed circuit boards, which are critical components in various electronic and electrical applications. The procurement emphasizes compliance with several quality and delivery requirements, including the use of AbilityOne support contractors and adherence to the Buy American Act. Interested vendors can reach out to Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO@NAVY.MIL for further details. The solicitation includes various contractual stipulations and is expected to facilitate timely delivery and quality assurance in support of national defense initiatives.
    IPA MODULES AN/FRT-31 VLF TRANSMITTER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT), is soliciting proposals for the procurement of 23 solid-state amplifier modules (Part 207890-4) for the AN/FRT-31 Very Low Frequency (VLF) transmitter. These modules are critical components that must match existing equipment specifications to ensure compatibility and operational integrity, as substitutions are not permitted. The procurement is justified under limited competition due to urgency and proprietary rights, with a firm-fixed price contract anticipated and delivery expected within 90 days after receipt of the order to Cutler, Maine. Interested offerors must submit their price quotes by September 17, 2024, at 11 AM EST, and can direct inquiries to Nancy Purvis at 757-400-9443 or via email at NANCY.PURVIS.CIV@US.NAVY.MIL.
    Multifunctional Information Distribution System (MIDS) Weapons Data Link (WDL) Small Weapons Attritable (SWARMM) Family 2 (SF2) Radio Development and Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is issuing a Request for Proposal (RFP) for the development and procurement of National Security Agency (NSA) certified Multifunctional Information Distribution System (MIDS) Weapons Data Link (WDL) Small Weapons Attritable (SWARMM) Family 2 (SF2) Radios. This procurement aims to provide Systems Engineering and Integration (SE&I) sustainment and development support for the MIDS WDL SF2 terminal, which plays a critical role in enhancing military communication capabilities. The government anticipates awarding a Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should direct any inquiries to Contract Specialist Damon R. Griffin at damon.r.griffin.civ@us.navy.mil or by phone at 619-797-6221.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver-transmitter unit, identified by NSN 7R-5895-016334164, with a quantity of 15 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, necessitating Government Source Approval prior to award. The items involved are critical for military communications and are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Cody P. Cameron at cody.p.cameron@navy.mil. Proposals must be submitted in accordance with the guidelines provided, as offers lacking the necessary data will not be considered.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.