Foreign Military Sales (FMS) Case Ruggedized VM 300M DSP Module Modem
ID: W91CRB-25-R-5010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 2:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is seeking proposals from qualified small businesses for the procurement of eight Ruggedized VM 300M DSP modules, specifically part number 1429712, to support Foreign Military Sales (FMS) operations for Spain. This procurement is critical for ensuring secure communications within NATO operations, as the Spanish military exclusively utilizes these modems. Interested contractors must submit their quotes by April 11, 2025, with the anticipated award date no later than May 30, 2025. For further inquiries, potential bidders can contact Naomi Hooks at naomi.hooks2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 1:05 PM UTC
The document outlines amendments to the government Request for Proposal (RFP) W91CRB-25-R-5010, focusing on logistics and contract details. It specifies the shipping address for deliveries to DSV AIR & SEA INC. in Carteret, NJ, with a mark-for destination in Madrid, Spain. The RFP is for a new contract, not tied to any previous agreements, indicating that the services required are not currently being provided by any incumbent contractor. Furthermore, it confirms ViaSat, Inc. as the manufacturer of the VM 300M DSP module. Overall, this file serves to clarify logistical and contractual aspects of the RFP process, emphasizing the creation of a new procurement opportunity.
Apr 1, 2025, 1:05 PM UTC
The document addresses amendments to Request for Proposal W91CRB-25-R-5010 concerning a new federal contract. It provides specific logistical details, including the shipping address for materials, which is designated for a facility in Carteret, NJ, with a marking for a location in Madrid, Spain. The inquiry confirmed that this contract will be newly established without any related previous contracts, indicating a fresh opportunity for contractors. The responses showcase transparency in the contracting process, focusing on clarity for potential bidders regarding the nature of the contract and the necessary shipping instructions. This information is vital for companies considering participation in the bidding process, as it outlines the roles and expectations involved in fulfilling the upcoming contract requirements.
Apr 1, 2025, 1:05 PM UTC
The document pertains to amendments for Request for Proposals (RFP) W91CRB-25-R-5010, specifically addressing shipping details. It provides two shipping addresses: the primary address for delivery is DSV AIR & SEA INC. at the Defense Warehouse in Carteret, NJ, while the second address, marked for project BSPD00, is located in Madrid, Spain. This information is crucial for bidders and contractors involved in the proposal process, ensuring clarity on where materials or information should be delivered. The detail is part of broader federal government RFP protocols, emphasizing the importance of accurate logistical communication in government contracts.
Apr 1, 2025, 1:05 PM UTC
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has issued a combined synopsis/solicitation (RFQ W91CRB-25-R-5010) for the procurement of eight Ruggedized VM 300M DSP modules to support Foreign Military Sales (FMS) for Spain. This solicitation is specifically designated as a 100% Small Business Set-Aside under NAICS Code 334220. Proposals must comply with federal regulations and be submitted by April 11, 2025, with a delivery date to be specified by the offeror. Quotes will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) approach, assessing both cost and technical capability. Offerors must be registered in the System for Award Management (SAM) and submit various certifications along with their quotes. The document outlines compliance requirements, evaluation criteria, and the provisions and clauses applicable to the acquisition, emphasizing the need for adherence to Federal Acquisition Regulation (FAR) standards. The anticipated award date is no later than May 30, 2025.
The document is a Request for Quote (RFQ) from the U.S. Army Contracting Command-Aberdeen Proving Ground for eight Ruggedized VM 300M DSP modules to support military operations in Spain under Foreign Military Sales (FMS) Case SP-B-WBT. It outlines that the solicitation is set aside for small businesses and follows the Federal Acquisition Regulation (FAR) guidelines. Offerors must ensure compliance with FAR provisions, specify delivery dates, and submit proposals that detail their technical capabilities and pricing. The evaluation will follow the Lowest Priced Technically Acceptable (LPTA) method, focusing on both cost and technical capabilities based solely on submitted information. The document specifies requirements for proposals, including a completion of various representations and certifications. Additionally, questions should be directed to the contract specialist, Naomi Hooks, with bid submissions due by 10:00 AM EST on April 11, 2025. Overall, the RFQ reflects the operational needs of the military while promoting participation from small businesses, emphasizing timely delivery and compliance with federal contracting regulations.
Apr 1, 2025, 1:05 PM UTC
The Statement of Work (SOW) outlines the delivery of communications equipment under the Foreign Military Sales (FMS) agreement for Spain by the U.S. Government. It mandates compliance with specific military and commercial standards for hardware provision, particularly the supply of eight Ruggedized VM 300M DSP modems. The contractor is responsible for marking all items with Item Unique Identification (IUID) in accordance with Defense Acquisition Regulation Supplement (DFARS) and ensuring compliance with safety and security training requirements, including antiterrorism and operations security training. Specifications for packaging that adhere to international standards are also included, with particular emphasis on proper wood packaging material handling. Additionally, the contractor must provide a no-cost warranty for the delivered items and follow strict safety protocols to identify and mitigate potential hazards. The Government Procurement Contracting Officer points of contact are designated to oversee the contract’s financial and programmatic directives. Overall, the SOW establishes clear expectations for delivering quality, compliant communication equipment while ensuring operational security and safety standards are met, reflecting the U.S. commitment to maintaining cooperative military relations with Spain.
The document outlines a Justification and Approval (J&A) for other than full and open competition related to a proposed contract by the Army Contracting Command for the procurement of eight Ruggedized VM 300M DSP Module Modems, Part Number 1429712, under the Foreign Military Sales (FMS) Case AE24046 for Spain. The acquisition is deemed necessary because the Spanish military exclusively uses the specified modems for secure communications within NATO operations. The document cites potential operational risks if a different brand were utilized, including delays in deployment, increased costs for testing, and compatibility issues. The contracting authority is stated under 10 U.S.C. § 2304(c)(1) and is supported by FAR 13.501(a)(2)(i), which allows for justification without competitive bidding up to $750,000. Efforts to obtain competition among resellers of the specified modems will be implemented, and market research has indicated adequate availability of the brand. The justification and procurement process are formalized to enhance operational readiness and mitigate risks to military effectiveness for Spain.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
58--COMPARATOR MODULE,S
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of Comparator Modules under the NAVSUP Weapon Systems Support Mechanical office. The contract requires the manufacture and delivery of 150 units of the Comparator Module, which is critical for electronic countermeasures and related systems. This procurement is essential for maintaining operational readiness and effectiveness in defense capabilities. Interested vendors must submit their offers via email to Brandyn A. Miller at brandyn.a.miller2.civ@us.navy.mil by the updated deadline of April 30, 2025, with all contractual documents considered issued upon transmission.
MODEM,COMMUNICATION
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of communication modems under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to secure a Repair Turnaround Time (RTAT) of 119 days for the specified modems, which are critical for maintaining operational communication capabilities within military operations. Interested contractors must provide detailed quotes including unit prices, total prices, and their ability to meet the required RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Jamie Kershaw at 717-605-3233 or via email at jamie.m.kershaw.civ@us.navy.mil.
ELECTRONIC MODULE
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an Electronic Module, which is essential for various military applications. The contract will encompass the manufacture and quality assurance requirements for this module, with specific attention to compliance with military standards and documentation. This procurement is critical for maintaining operational readiness and ensuring the reliability of shipboard alarm and signal systems. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and must ensure compliance with all submission requirements, including the provision of a surplus material certificate if applicable.
66--XFMR FILTER MODULE, IN REPAIR/MODIFICATION OF
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 and modification of the XFMR Filter Module (P/N: MC-002761-01, NSN: 7HH 6625 016591084). The procurement requires a firm-fixed price or not-to-exceed pricing for the repair of four units, with a requested repair turnaround time of approximately 90 days after receipt of the assets. This module is critical for electrical and electronic properties measuring and testing, underscoring its importance in defense operations. Interested contractors must submit their quotes electronically to Leigh E. Catchings at leigh.e.catchings.civ@us.navy.mil by March 31, 2025, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact her at 717-605-2864.
SYNTHESIZER ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture and supply of specific communication equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and government source inspection. The SYNTHESIZER ASSY is critical for use in naval operations, emphasizing the importance of compliance with stringent specifications to ensure operational reliability. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of May 15, 2025, with all submissions requiring a minimum quote expiration of 90 days.
58--MODULE,CCA,UNDERVOL
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 a MODULE, CCA, UNDER VOLTAGE. This contract involves the manufacture and supply of specialized communications equipment, categorized under NAICS code 334290, which is critical for military operations and communications. The contract will require compliance with various quality assurance and inspection standards, including electrostatic discharge control and specific marking requirements, with a delivery timeline of 180 days post-award. Interested vendors should direct inquiries to Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil, and must ensure they are authorized distributors of the original manufacturer’s items to be considered for the award.
Family of Basebands
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information regarding the procurement of small form factor, modular, and scalable edge computing solutions under the initiative titled "Family of Basebands." The objective is to identify technologies that support transport cloud applications utilizing low-latency, high-throughput links, which are essential for operations conducted On-the-Move (OTM) and At-the-Quick-Halt, in alignment with the Next Generation Command and Control (NGC2) requirements. This initiative emphasizes the need for innovative solutions that enhance operational efficiency in dynamic environments, with a focus on modular open systems architecture and transport capabilities. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by May 21, 2025, and may direct inquiries to Tiffany Conway at Tiffany.L.Conway2.civ@army.mil or Jolene Sloley at Jolene.M.Sloley.civ@army.mil by May 7, 2025.
Siemens RUGGEDCOM Equipment – NSWCPD, Division 54 (Code 543)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for Siemens RUGGEDCOM equipment as part of its Hull, Mechanical, and Electrical (HM&E) and Navigation network infrastructures for various ship classes. The procurement aims to acquire Commercial Off-The-Shelf (COTS) industrial-grade networking hardware and components, which are critical for ongoing modernization and new ship acquisition programs. The equipment, detailed in the accompanying materials listing, includes essential components such as line modules, control modules, and power supplies designed for high-speed data transmission and environmental resilience in harsh conditions. Interested vendors must submit capability statements by 1600 EST on April 29, 2025, to Dana Maconi at dana.l.maconi.civ@us.navy.mil, with a copy to Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, ensuring to include the specified information and adhere to submission guidelines.
Rugged Antenna Ultra-Wideband
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking quotations for the procurement of rugged ultra-wideband antennas, specifically the EM-6841 model, to meet military standards (MIL-STD-810H). The procurement requires five units to be delivered to Dahlgren, Virginia, and emphasizes that suppliers must be authorized resellers to provide quotes, ensuring compatibility with existing hardware. Interested vendors must submit their proposals by May 2, 2025, with the anticipated award date set for June 1, 2025. For further inquiries, potential bidders can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at 540-742-8050.
SIGNAL CONDITION BX
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 the SIGNAL CONDITION BX, a component critical for military operations. The procurement requires contractors to provide a firm-fixed price repair quote, detailing turnaround times and compliance with specific quality and inspection standards, including adherence to MIL-STD requirements. This contract is vital for maintaining operational readiness and ensuring the reliability of equipment used in defense applications. Interested contractors must submit their proposals via email to Naryan Smith by May 14, 2025, and are encouraged to reference their CAGE code and provide detailed pricing information.