Westnet First-In System
ID: N6426725Q4076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for the procurement of a Westnet fire alerting system, with the intention of awarding a sole source Firm Fixed Price (FFP) contract to WESTNET, LLC. This procurement aims to enhance fire protection capabilities within the facility by acquiring specific components such as data surge protectors and audio modules, with strict adherence to the outlined specifications and no acceptance of alternatives. Interested parties must submit their quotations electronically by the specified deadline, ensuring compliance with federal procurement laws and registration in the System for Award Management (SAM). For further inquiries, interested vendors may contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines modifications to a Vendor's commercial license terms to ensure compliance with federal procurement laws and adapt to the specific needs of government contracts. It specifies that “click through” licensing terms that do not align with the Purchase Order are invalid, and delineates the government's responsibilities, including the removal of indemnity and late payment penalties imposed on the government. Additionally, it revokes various clauses that impose obligations or liabilities on the government, such as attorney fees, tax liabilities, or third-party licensing terms. It emphasizes that the government cannot agree to any terms contrary to federal law or irrelevant GDPR terms, and that the Vendor must comply with International Traffic in Arms regulations without imposing restrictions on the government. The modifications supersede any conflicting terms in the Vendor's original agreements and take effect upon the execution of the Delivery Order or Purchase Order. This comprehensive revision aims to protect the government's interests and uphold federal law in its procurement processes, aligning commercial licensing practices with specific governmental needs.
    The document serves as an Offeror Submission Cover Page and details a solicitation (N6426725Q4076) by the Naval Surface Warfare Center (NSWC), Corona Division, for a Westnet fire alerting system. It outlines essential submission information such as company name, contact details, pricing, and business classification under NAICS code 334290. The contract stipulates that all supplies must be sourced as specified, with further requirements for packaging and marking in compliance with industry standards. The items necessary for procurement are listed meticulously, including quantities and unit prices for various components like data surge protectors, audio modules, and electronic parts. The document emphasizes that no alternatives will be accepted, and bidders must adhere to the NSWC’s specific conditions regarding delivery, inspection, and licensing regulations. It additionally details the responsibilities of the contractor, including obtaining permits and complying with relevant laws and guidelines while ensuring all submissions follow the necessary protocols. This procurement process underscores the NSWC's aim to enhance its fire protection capabilities within the facility.
    Lifecycle
    Title
    Type
    Westnet First-In System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.
    1355 - 01-476-1596 CWLD, RECEPTACLE CONNECTOR ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the "Receptacle Connector Assembly" (NSN: 1355-01-476-1596-CWLD) through solicitation N0010426RK017. This contract requires adherence to rigorous quality assurance standards, including First Article Testing (FAT) and Production Lot Testing (PLT), both of which are destructive, ensuring that the connector assembly meets the necessary specifications for military applications. The successful contractor will be responsible for providing detailed reports on testing procedures, failure analysis, and monthly progress updates, with all submissions directed to NAVSUP Weapon Systems Support and related entities. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further information, and must comply with cybersecurity requirements as outlined in the solicitation.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    ALARM-MONITOR GROUP
    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 the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    1377 - 1377-01-170-1407; MW19; Cartridge Assembly, SEAWARS; DWG 851AS275
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 330 units of Cartridge Assembly, SEAWARS, under the National Stock Number (NSN) 1377-01-170-1407. This contract involves the delivery of explosive ordnance items, which necessitate compliance with safety and security regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002. The solicitation will be available on SAM.gov, and interested parties are encouraged to express their interest and capability to meet the requirements within 15 days of this notice. For further inquiries, potential bidders can contact Kyle Slusser at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    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.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.