Rohde & Schwarz Signal and Spectrum Analyzer
ID: N0016725Q1025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of a Rohde & Schwarz Signal and Spectrum Analyzer, along with associated software and warranty items, under a firm fixed price contract. This procurement is set aside for small businesses and aims to enhance the Center's capabilities for testing the SARTS IV onboard tracking system, necessitating a specific brand due to its unique features and proprietary rights. Interested vendors must submit their price quotes and required documentation by 10:00 AM on April 25, 2025, with delivery expected by May 2, 2025, to the NSWCCD facility in Bethesda, Maryland. For further inquiries, potential bidders can contact Kylie Cox at kylie.cox3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NSWCCD memorandum justifies a sole source acquisition for a Rohde & Schwarz Signal and Spectrum Analyzer under the Simplified Acquisition Threshold (SAT). It cites FAR 13.106-1(b)(1)(i), allowing Contracting Officers to solicit from a single source when deemed necessary. The analysis identifies that only the Rohde & Schwarz model meets specific requirements, such as a frequency range of 5 kHz to 26.5 GHz and various features necessary for testing the SARTS IV onboard tracking system. Market research revealed that while three brands were considered, the Rohde & Schwarz model excelled in portability, upgradability, and resolution. The necessity for competitively soliciting this brand stems from proprietary rights and exclusive licensing agreements with the manufacturer, which limits availability to authorized distributors. The document outlines the technical specifications required for the analyzer and associated accessories, affirming the need for the brand name product. It concludes with the necessary certifications and approvals per FAR regulations for justification of this procurement method, underlining a commitment to meeting mission requirements effectively while adhering to federal acquisition regulations.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is requesting quotes for the procurement of a Rohde & Schwarz Signal and Spectrum Analyzer, alongside several associated software and warranty items. This solicitation is categorized under a combined synopsis/solicitation following the Federal Acquisition Regulation (FAR) and is set aside for small businesses. Responses are due by 10:00 AM on April 25, 2025, and must include a price quote on company letterhead and other required documentation. The contract encompasses six line items, including the analyzer, RF preamplifier software, EMI measurement software, and calibration coverage, all to be delivered by May 2, 2025, to the NSWCCD facility in Bethesda, MD. The procurement aims to enhance the Center's capabilities, with all specifications and clauses outlined in detail. Compliance with various federal regulations and clauses, particularly regarding the use of small business concerns, is mandatory for bidders. The point of contact for this solicitation is Kylie Cox, who can be reached via email for further inquiries.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration Kit Radio Frequency
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Traveling Wave Tube Amplifier rental
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes from small businesses for the rental of two S-band Traveling Wave Tube Amplifiers (TWTA) under the combined synopsis/solicitation RFQ N0016726Q1026. The amplifiers must meet specific operational parameters, including a frequency range of 2-4 GHz and a power output of 4kW, which are critical for various defense applications. Quotes are due by December 23, 2025, at 12 PM EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with deliveries scheduled in phases from January to April 2026 to Bethesda, Maryland. Interested parties should direct inquiries to Steven Besanko at steven.besanko@navy.mil and ensure compliance with all relevant FAR and DFARS clauses.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    12--DETECTOR,RADIO FREQ
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 44 units of the NSN 1285012475851, a Radio Frequency Detector. This solicitation is a source-controlled drawing item, with the approved source being 33025 DX1400-002, and the items must meet the specified requirements outlined in the solicitation. The procurement is critical for ensuring the availability of essential fire control equipment, which plays a vital role in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with delivery expected within 147 days after order placement.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Brand Name Requirement for GDP Best Source Selectors
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of two GDP Space Systems Model MD2267C-M16-G6-EN 16 Channel Diversity Combining / Correlating Best Source Selectors. These devices are critical for enhancing real-time data processing capabilities within new mission control rooms, improving the quality of mission data by reducing dropouts during telemetry signal processing. Interested vendors must submit their quotes, including completed provisions regarding telecommunications and video surveillance services, by the specified deadline, with all items required to be delivered within 120 days after receipt of the order. For further inquiries, interested parties can contact Shannon Canada at shannon.m.canada.civ@us.navy.mil.