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
    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
    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.
    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.
    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.
    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.
    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
    MODULE,SFP,SMF 1350
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the MODULE, SFP, SMF 1350, which falls under the category of Other Communications Equipment Manufacturing. This contract requires the manufacture and quality assurance of specific communication modules, with strict adherence to military standards for inspection, acceptance, and packaging. The goods are critical for maintaining operational readiness and ensuring secure communications within defense operations. Interested vendors should direct inquiries to Kassidy Beinlich at 614-693-0004 or via email at KASSIDY.BEINLICH@DLA.MIL, and must comply with the solicitation requirements to be considered for this opportunity.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    F-16 Assembly Module
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 Assembly Module, identified by NSN 5998-01-602-9116 WF, through a Combined Synopsis/Solicitation process. The procurement aims to award a firm-fixed-price contract for the assembly module, which is critical for the F-16 Fighting Falcon aircraft, ensuring compliance with stringent military standards and requirements. Contractors must adhere to comprehensive guidelines regarding preservation, packaging, marking, and counterfeit prevention, as outlined in the associated documents, to ensure the integrity and reliability of the components supplied. Quotations are due by December 30, 2025, and interested parties can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil for further information.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    59--ELECTRONIC MODULE,S
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 34 units of the Electronic Module, NSN 5963015032166. This solicitation is a Total Small Business Set-Aside and aims to acquire printed circuit assembly components, which are critical for various electronic equipment applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's DIBBS platform. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with quotes due by the specified deadline of 41 days after the award date.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    FMS - Multiple Countries; Sole Source to RTX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of specific electronic components related to the Patriot Missile System, under the RFP SPRRA2-25-R-0070. The selected contractor, Raytheon Corporation, is required to submit detailed proposals for parts intended for Taiwan, Poland, and Korea, including comprehensive cost data and documentation by the deadlines of July 14, 2025, and subsequent amendments extending proposal due dates for specific countries. These components, which include various circuit card assemblies and specialized electronic parts, are crucial for the maintenance and enhancement of defense systems, emphasizing the importance of timely and accurate procurement. Interested parties can reach out to Kelsey Brown at kelsey.e.brown@dla.mil for further information regarding this opportunity.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Comparator Modules. This procurement aims to restore these critical components to a Ready for Issue (RFI) condition, ensuring they meet industry standards and operational requirements. The successful contractor will be responsible for all aspects of repair, including quality control, inspection, and compliance with specified military standards. Interested parties must submit their quotes, including pricing estimates, to Michael J. Keith at the provided email address by the closing date indicated in the solicitation. For further inquiries, he can be reached at 215-697-2193.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating 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 in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    66--SIGNAL PROCESSOR UN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of the SIGNAL PROCESSOR UN, identified by NSN 6625012417043. This procurement involves a source-controlled drawing item, with approved sources specified, and the items must meet the requirements outlined in the associated drawing. The SIGNAL PROCESSOR is critical for various defense applications, ensuring accurate signal processing in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and quotes must be submitted within the specified timeframe.