SOLE SOURCE – TOTAL LIFE CYCLE MANAGEMENT
ID: N0016425Q0546Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

QUALITY CONTROL- MISCELLANEOUS (H199)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source procurement contract for Total Lifecycle Management (TLCM) services related to the Network Switch Circuit Card Assembly (Part Number DMV-690-230902). The selected vendor, Curtiss-Wright, will be responsible for addressing engineering change orders, obsolescence reports, risk mitigation strategies, and providing direct support from lifecycle specialists over a contract period commencing no earlier than November 1, 2024, and extending for three years, with options for two additional years. This procurement is vital for maintaining advanced network systems that support U.S. defense operations, emphasizing compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards. Interested parties can contact Trista Ray at trista.m.ray.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Women-Owned Small Business (WOSB) solicitation outlines requirements for a sole-source procurement contract for Total Lifecycle Management (TLCM) services related to the Network Switch Circuit Card Assembly (Part Number DMV-690-230902). The contract with the selected vendor, Curtiss-Wright, will commence no earlier than November 1, 2024, and extend for three years, addressing engineering change orders, obsolescence reports, risk mitigation strategies, and direct support from lifecycle specialists. The delivery schedule spans from February 28, 2025, to February 27, 2026, with options to extend the contract for two additional years. The acquisition, overseen by NSWC Crane, emphasizes a firm fixed-price arrangement and mandates electronic invoice submissions. Clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated, covering various compliance aspects such as labor standards, equal opportunity provisions, and contractor responsibilities. The procurement supports the U.S. government's initiative to engage economically disadvantaged businesses and promote inclusivity in government contracting processes. This specific solicitation is crucial for maintaining advanced network systems aligned with U.S. defense operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is initiating a sole source contract action for the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, emphasizing the importance of maintaining operational readiness and support for existing military systems. The Request for Proposal (RFP) N00164-25-RFPREQ-CR-JXW-0087 is part of a broader strategy to enhance military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    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.
    SOLE SOURCE – RF CABLES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source procurement for Radio Frequency (RF) cables from Winchester Interconnect RF Corporation. This procurement is critical for military applications, particularly for the MK-82 Gun and Guided Missile Director system, and emphasizes unique item requirements that necessitate a sole source action. The Request for Quotation (RFQ) outlines specifications for manufacturing, inspecting, and delivering these cables, ensuring compliance with military standards and quality assurance protocols. Interested parties can reach out to Trista Ray at trista.m.ray.civ@us.navy.mil for further details regarding this opportunity.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    CABLES AND CIRCUITS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of cables and circuits, specifically targeting Women-Owned Small Businesses (WOSB). The solicitation invites bids for commercial products and services, emphasizing inclusivity by encouraging participation from Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is crucial for ensuring the availability of reliable communication equipment components, which play a vital role in defense operations. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil for further inquiries, with submissions required to comply with the Federal Acquisition Regulation (FAR) guidelines.
    LCC ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the LCC ASSY, a component critical to military operations. This procurement falls under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing, and requires compliance with various quality assurance and inspection standards as outlined in the solicitation. The LCC ASSY is essential for ensuring reliable communication systems within the Navy, highlighting its importance in maintaining operational readiness. Interested vendors should direct inquiries to Alexandra R. Durham at 717-605-6457 or via email at ALEXANDRA.R.DURHAM.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    ETHERNET CONVERTER
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is soliciting offers for the procurement of five Ethernet converters as part of a Women-Owned Small Business (WOSB) program. The converters must meet specific technical requirements, including dual redundancy and MIL-STD-1553 capability, and the contract will be awarded based on firm fixed pricing with a delivery expectation of 45 days post-award. This procurement reflects the government's commitment to supporting small businesses while ensuring compliance with federal standards, including various FAR and DFARS provisions. Interested contractors should submit their offers by March 7, 2025, and can direct inquiries to Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil or Rebecca Helton at rebecca.l.helton4.civ@us.navy.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contractor for the maintenance, repair, and upgrade of Government Furnished Equipment (GFE) related to the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement aims to ensure the operational readiness and reliability of critical microwave tube equipment used in various defense applications. This opportunity falls under the Engineering Services industry (NAICS 541330) and is categorized for equipment and materials testing related to ship and marine equipment (PSC H220). Interested parties can reach out to Kori Koss at kori.l.koss.civ@us.navy.mil or by phone at 812-805-0753 for further details regarding this presolicitation notice.
    SOLE SOURCE –CONTINUOUS WAVE ILLUMINATOR (CWI) NOISE TEST SET
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Continuous Wave Illuminator (CWI) Noise Test Set through a sole source contract with Omniphase Research Laboratories, Inc. This procurement aims to acquire specialized supplies and services, including engineering change proposals, software user manuals, and test reports, which are uniquely provided by this manufacturer. The CWI Noise Test Set is critical for defense-related operations, ensuring accurate measurement and testing of electrical signals. Interested vendors must submit their quotes by March 4, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil, with all intellectual property rights retained by the government as stipulated in the solicitation.
    70--TERMINAL,DATA PROCE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of a terminal data processor, identified by NSN 7H-7025-014732710, with a quantity of 75 units required. The procurement is critical as the government does not possess the necessary data or rights to purchase or contract the repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties must include their CAGE code in solicitation requests and can obtain relevant military and federal specifications through the DoD Single Stock Point. For further inquiries, interested firms should contact Heather A. Vanhoy at (717) 605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.