Engineering Control Systems Hardware
ID: N6449825Q5038Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking quotations for the procurement of Siemens control system hardware as part of a technology refresh for the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002). This procurement is critical to ensure compatibility with existing proprietary software developed for the DDG1000-class ships, with an estimated total cost of approximately $853,527.48 and a delivery timeline of 24 weeks from the award date. The solicitation encourages participation from small businesses, including those owned by service-disabled veterans and women, while emphasizing compliance with federal acquisition regulations. Interested vendors should submit their quotations by April 7, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification and Approval (J&A) for the Naval Sea Systems Command to procure SIEMENS control system hardware through a sole-source contract, bypassing full and open competition. This procurement is crucial for a technology refresh of the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002) and includes specific SIEMENS components essential for compatibility with existing software developed for the DDG1000-class ships. The total estimated cost is approximately $853,527.48, with delivery requested within 24 weeks from the award date. The justification cites the unique compatibility of SIEMENS hardware with proprietary software and the significant risk involved in transitioning to alternative products, as this would necessitate extensive software redevelopment. Previous attempts to solicit other offers yielded no responses, reaffirming the necessity of using SIEMENS branded equipment to ensure operational integrity and readiness. The document concludes with affirmations from multiple officials confirming the legal sufficiency and accuracy of the justification, highlighting the government's intent to maintain the functionality and safety of naval capabilities.
    The government solicitation document N6449825Q5038 outlines a Request for Quotation (RFQ) for various Siemens brand supplies and services, including specific components for the SIMATIC S7-1500 systems. The offer deadline is April 7, 2025, with submissions directed to the Naval Surface Warfare Center in Philadelphia. The document details the necessary items, including quantities and part numbers, reinsuring compliance with federal acquisition regulations, notably FAR clauses. Additionally, it emphasizes packaging, inspection, and acceptance procedures, all conducted under government oversight at predetermined facilities. The solicitation is designed to promote competition, particularly encouraging responses from small businesses, including those owned by service-disabled veterans and women. The contractor must comply with terms related to access, warranty notifications, and necessary disclosures regarding organizational conflicts of interest. Furthermore, provisions on electronic invoicing and payment details ensure streamlined transaction processes following federal guidelines. Overall, this document facilitates procurement while ensuring compliance with federal standards and promoting engagement from eligible vendors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    BOA Order; Northrop Grumman corp. FFG SCS-Gov Procurement - Procurement of five (5) ECDIS (SIBS) Tech Refresh shipsets
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for five (5) ECDIS (SIBS) Tech Refresh shipsets through a presolicitation notice issued by the NSWC Philadelphia Division. This procurement aims to enhance navigation and guidance systems critical for naval operations, ensuring that the fleet is equipped with up-to-date electronic chart display and information systems. The goods will be utilized in various naval vessels, underscoring their importance in maintaining operational readiness and safety at sea. Interested vendors can reach out to Tracy J. Biondo at tracy.j.biondo.civ@us.navy.mil or call 445-227-0049 for further details regarding this opportunity.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, classified under solicitation number N3220525Q2123. This procurement is critical for naval operations, as the degaussing systems are essential for ensuring the operational safety and effectiveness of naval vessels. Interested vendors must submit their quotes, including technical specifications and pricing, by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Trials Data Acquisition & Analysis System (TDAAS) Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the procurement of Trials Data Acquisition & Analysis System (TDAAS) hardware, specifically brand-name components from National Instruments. This acquisition aims to modernize the Data Acquisition System on the FFG63 class vessel by replacing obsolete legacy systems, which is critical for maintaining operational readiness and monitoring ship performance. The total estimated value of the procurement will be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with a delivery timeline of seven weeks from order acceptance. Interested vendors must submit their quotations by March 24, 2025, and can contact Zachary McCurry at zachary.f.mccurry@navy.mil for further information.
    USNS GUADALUPE Lifeboat Davit
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of parts and equipment related to the USNS GUADALUPE Lifeboat Davit, including winch drums, remote control barrels, and oil seals. This firm-fixed price contract requires vendors to submit price quotes, technical submissions, and delivery timelines, with a delivery deadline set for May 16, 2025, to a location in San Diego, California. The procurement is crucial for maintaining operational readiness and compliance with federal regulations, emphasizing fair competition and ethical business practices. Interested vendors must submit their quotations electronically by March 14, 2025, and can contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil for further information.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    VPX accessory components to include network cards, network expander cards and power supplies.
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command, is seeking proposals for the procurement of VPX accessory components, including network cards, network expander cards, and power supplies, to support the Machinery Control Systems (MCS) Tech Refresh for multiple ships. This procurement involves a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract valued at approximately $12,071,630, aimed at modernizing aging systems and ensuring operational capability. The components are critical for maintaining compatibility with existing systems and enhancing the Navy's technological infrastructure. Interested vendors should contact William Devito at william.j.devito8.civ@us.navy.mil or by phone at 215-498-0039 for further details regarding the solicitation process.
    Danelec DM100 Voyage Data Recorders
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking vendors for the procurement of Danelec DM100 Voyage Data Recorders. This presolicitation opportunity focuses on acquiring electronic data recording devices that are crucial for maritime operations and safety, ensuring compliance with international maritime regulations. The performance of this contract will take place in Philadelphia, Pennsylvania, and interested parties can reach out to Brooke Steele at brooke.a.steele3.civ@us.navy.mil or by phone at 267-990-6039 for further details. The timeline for this procurement process and any associated funding amounts have not been specified in the provided information.
    Power Control Systems Propulsion Plant Control Systems Eng. Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking engineering support services for Power Control Systems and Propulsion Plant Control Systems. The procurement aims to enhance the operational capabilities and reliability of these critical systems, which are essential for naval operations. Interested firms will be required to provide professional engineering services as outlined in the draft statement of work, with the opportunity being crucial for maintaining the effectiveness of naval propulsion systems. For further inquiries, potential bidders can contact Thomas Coletti at THOMAS.C.COLETTI.CIV@US.NAVY.MIL or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with the contract details expected to be finalized in the near future.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting quotes for the procurement of IDS branded parts, including cable assemblies and conduits, under the solicitation number 24-SIMACQ-E20-0006. This procurement is critical as it involves sole source items that are uniquely tested and validated for specific systems, ensuring compliance with installation schedules set for June and July 2025. The contract will be a firm-fixed-price arrangement, with an estimated delivery timeframe of 44 weeks post-award, and interested vendors must submit their quotes by March 10, 2025. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil.