Specialized components for the Defense Regional Clock system (DRC)
ID: 6913G625Q300018Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)

Set Aside

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

    The Department of Transportation, specifically the Volpe National Transportation Systems Center, is seeking specialized components for the Defense Regional Clock (DRC) system, with a focus on procuring a Time & Frequency Reference System (TFRMS) and related equipment. These components are critical for developing field test ranges that evaluate Complementary Positioning, Navigation, and Timing (CPNT) technologies, which enhance GPS functionality and require high-precision timing references managed by the U.S. Naval Observatory. The procurement is categorized as a total small business set-aside, emphasizing the unique specifications that only FEI-Zyfer Inc can fulfill, ensuring the integrity and performance of the DRC system. Interested vendors should contact Karen M. Marino at karen.marino@dot.gov or 617-494-2437, with delivery expected by March 10, 2025, for the RFQ number 6913G625Q300018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications required for federal contracts concerning Commercial Products and Services, accessible via the System for Award Management (SAM). It defines key terms, such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business," among others, emphasizing the need for accurate electronic representations. Offerors must indicate their business type, such as small or women-owned, and certify compliance regarding taxes, criminal activity, and previous contract compliance. The document also includes specific conditions such as federal laws prohibiting contracts with entities from Sudan, concerning child labor, and stipulations around the Buy American Act. Moreover, it details certifications related to responsible business practices, foreign supply chains, and materials sourcing. The main purpose of this document is to facilitate transparency and compliance in federal procurement processes, ensuring that companies meet specific eligibility and ethical standards when bidding for government contracts. This structure ensures that federal funds are allocated effectively and in adherence to legal and ethical guidelines. The detailed representations ensure that potential contractors disclose relevant information regarding ownership, tax status, and compliance with federal regulations, thereby promoting fair competition and integrity in government contracting.
    The U.S. Department of Transportation’s Volpe National Transportation Systems Center is procuring specialized components from FEI-Zyfer Inc for developing field test ranges that evaluate Complementary Positioning, Navigation, and Timing (CPNT) technologies to augment GPS functionality. These components are essential for the Defense Regional Clock (DRC), managed by the U.S. Naval Observatory, which serves as a high-precision timing reference. Due to their unique design tailored for the DRC, these components cannot be obtained from alternate sources without compromising the system's integrity and performance. Market research was not conducted since the Time & Frequency Reference System (TFRMS) has been specifically created for the DRC according to USNO’s stringent specifications, which no other controller can meet without additional testing that would not align with the project's timelines. The Volpe Center is emphasizing the necessity of this sole-source procurement to ensure accurate and secure timing for the effective operation of CPNT technology testing.
    This document outlines a Request for Quotation (RFQ) for the procurement of a Time & Frequency Reference System (TFRMS) and related components, set to be delivered to 220 Binney Street, Cambridge, MA, by March 10, 2025. It specifies the required items including a primary TFRMS, rackmount slides, GPS fiber optic transmitters, coaxial lightning arrestors, a fiber optic receiver module, and associated freight—indicating a total of 7 individual units. The RFQ number is 6913G625Q300018 with a prior requisition number of V3452337, highlighting its administrative categorization. The document also mentions potential additional delivery addresses and technical points of contact, crucial for efficient communication and logistics management. The specifications, last updated on January 12, 2025, mark an effort by the federal government to modernize and enhance technical infrastructures. This RFQ serves as a formal solicitation for vendors, promoting a structured approach to acquiring essential equipment for governmental operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Time Tagger
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    GPS Base Station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from small businesses regarding a potential procurement of a GPS Base Station, identified by RFQ number FA481425TF021. This procurement aims to acquire a GPS Base Station utilizing Real-Time Kinematic (RTK) technology, which is crucial for high-precision applications such as land surveying and emergency management, and includes essential components like a Transmitter/Receiver Unit and a UHF Radio. Interested vendors are required to submit a capabilities package detailing their company size, small business status, past experience, and any collaborations, with submissions due by February 24, 2025, at 9:00 AM EST. For further inquiries, interested parties can contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    12--CLOCK DISTRIBUTION - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting bids for the procurement of clock distribution systems and other replacement parts necessary for repair and modification purposes. This opportunity falls under the NAICS code 334412, which pertains to Bare Printed Circuit Board Manufacturing, and involves the provision of electrical and electronic assemblies, boards, cards, and associated hardware as classified under PSC code 5998. The goods and services sought are critical for maintaining operational readiness and functionality within naval systems. Interested vendors can reach out to Amber Wale at 717-605-2541 or via email at AMBER.WALE@NAVY.MIL for further details regarding the solicitation process.
    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.
    GENERATOR,TIME CODE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the Generator, Time Code. This procurement requires a firm-fixed price for the repair of the specified item, with a Repair Turnaround Time (RTAT) of 366 days after receipt of the asset. The generator is critical for time measurement applications within military operations, and the selected contractor must adhere to strict quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days, and must ensure that they are authorized repair sources to be considered for the award.
    SYNCHRONIZER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    66--TRANSMITTER,POSITIO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of transmitters and positioning systems under a total small business set-aside. This solicitation aims to acquire essential instruments for search, detection, navigation, guidance, and aeronautical applications, which are critical for various defense operations. Interested vendors are encouraged to reach out with any questions via email to the buyer listed in the solicitation document, and further details can be accessed through the DLA's website. The procurement process is governed by FAR 19.5, emphasizing the importance of small business participation in fulfilling these defense-related needs.
    Global Positioning System Receivers
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is preparing to solicit proposals for the procurement of Global Positioning System (GPS) receivers. This presolicitation aims to acquire advanced GPS technology that is critical for navigation, guidance, and detection systems used by military operations. The GPS receivers will play a vital role in enhancing the operational capabilities of naval forces, ensuring accurate positioning and navigation in various environments. Interested vendors can reach out to David Chamberlain at david.s.chamberlain5.civ@us.navy.mil or Michael Peduto at michael.p.peduto2.civ@us.navy.mil for further details, with the procurement process expected to unfold in the near future.
    TRANSMITTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking competitive quotes for the procurement of transmitters, as outlined in the Request for Quotation (RFQ) SPRTA1-25-Q-0223. The RFQ specifies that the parts must be new, reconditioned, or used (overhauled), and all submissions must meet stringent quality standards, including testing and compliance with material specifications, with a minimum quantity requirement of 11 items for responsiveness. This procurement is critical for maintaining operational readiness and ensuring the availability of essential aircraft components, particularly for the T-38 aircraft. Interested vendors should direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or Dana Craun at dana.craun@us.af.mil, with the RFQ remaining open until March 21, 2025.
    58--T/RIMM,GEN 5.3.1
    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 T/RIMM, GEN 5.3.1, which involves the manufacture and quality assurance of radar equipment, excluding airborne systems. This contract requires compliance with various specifications, including government source inspection and adherence to quality assurance protocols, ensuring that all items meet the contract's stringent requirements. The goods are critical for defense operations, emphasizing the importance of reliability and precision in military applications. Interested vendors must submit their proposals, including a Small Business Subcontracting Plan if applicable, by the extended solicitation close date, and can direct inquiries to Lance Geesey at 717-605-1303 or via email at LANCE.GEESEY1@NAVY.MIL.