Checkpoint Compute Rack with Software
ID: PANRSA25P0000010722Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Software Publishers (513210)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Systems Readiness Directorate at the DEVCOM Aviation and Missile Center, is seeking to procure a Checkpoint Compute Rack with Software License, with a sole source requirement from PeopleTec. This equipment is critical for testing Health Usage and Monitoring Systems (HUMS) hardware and sensors, ensuring the operational readiness of aircraft by verifying software and equipment prior to on-aircraft testing. The procurement process follows FAR guidelines, and while this is a sole source acquisition due to the unique capabilities of PeopleTec, the government is open to receiving capability statements from other interested parties within three days of this notice. For further inquiries, interested vendors may contact Pamela Reed or Dianna Cooper via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:05 PM UTC
The document outlines a Justification and Approval for a contract award under other than Full and Open Competition, specifically for the acquisition of a Checkpoint Compute Rack with Software to support the U.S. Army's Apache HUMS Test Station. The U.S. Army Contracting Command-Redstone seeks to acquire this equipment incrementally, citing that it is only available from one source, as per FAR 6.302-1. The equipment is essential for testing Health Usage and Monitoring Systems hardware and sensors critical for aircraft readiness. Despite researching other vendors like Honeywell Aerospace, their offerings were deemed unreliable, influencing the decision to proceed without full competition. Future evaluations will explore competitive options for technological advancements. Extensive market research resulted in negative responses from 23 vendors and a nonavailability statement, confirming the necessity for this single-source procurement. This process highlights the Army's efforts to ensure operational readiness while navigating equipment acquisition constraints.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Curtiss-Wright brand name VPX3-1260 hardware
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure VPX3-1260-A14DL90 hardware, which will be awarded on a sole source basis to Curtiss-Wright. This procurement is essential for fulfilling specific operational requirements and will be conducted under the authority of FAR 13.106-1 (b) (1) (i), indicating that the government intends to negotiate with only one source. The hardware is critical for high-performance computing applications within the IT and telecom sectors. Interested parties with questions regarding this notice should reach out to Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
USAFA - CX300 COMMUNICATION SERVICE MONITORS WITH ADAPTATIONS
Buyer not available
The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a sole source contract for the procurement of CX300 Communications Service Monitors and associated accessories. The requirement includes two CX300 monitors, software unlocks, calibration kits, hard transit cases, and maintenance kits, all essential for maintaining communication systems at the Academy. This procurement is justified under FAR Subpart 13.106-1(b) due to the unique capabilities of a single vendor to meet the stringent quality requirements. Interested vendors must submit their capability statements by April 16, 2025, at 2:00 PM to the designated contacts, Ryan Dague and Kristin Heikkila, via email.
KC-130 Radar Signal Simulator and Spares
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, intends to procure a Fixed-Price contract for specific Peculiar Support Equipment (PSE) related to the KC-130J Kuwait Foreign Military Sales (FMS) Program. The procurement includes items such as the Radar Signal Simulator AN/PLM-4 and various associated components, all of which are exclusively manufactured by Symetrics Industries LLC, the Original Equipment Manufacturer (OEM). This acquisition is being pursued on a sole source basis due to the lack of available technical data for competitive bidding, and interested parties are invited to submit responses within fifteen (15) calendar days of the notice publication. For further inquiries, potential respondents can contact Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, with responses due by April 24, 2025, at 3:00 PM EDT.
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, allowing for brand name or equal products. These transponders are crucial for various military applications, including search, detection, navigation, and guidance systems. Interested vendors can reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation.
IT Hardware Solution
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking sources for an IT Hardware Solution to support Naval Mission Planning Systems (NavMPS). The procurement requires a rugged server configuration that meets stringent specifications, including a minimum of 16 CPU cores, 128 GB of ECC memory, and compliance with military standards for durability and performance. This hardware solution is critical for ensuring reliable and secure operations within military applications, with all components needing to be new and sourced from certified manufacturers. Interested parties should direct their inquiries to Andrea Farrell at andrea.m.farrell7.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil, with responses accepted until 2 PM PST on April 21, 2025.
70--CROSS DOMAIN SERVER
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 27 units of the CROSS DOMAIN SERVER, specifically the spare part NSN 1RM 7010 016685568, from Marotta, the Original Equipment Manufacturer (OEM). This procurement is critical as it involves the acquisition of a unique server component necessary for operational support, with no alternative sources available due to the lack of data rights for competitive procurement. Interested vendors are encouraged to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 2025. For inquiries, contact Michael J. Brown at (215) 697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.
KeysightCare Software Support Subscription
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a KeysightCare Software Support Subscription on a sole-source basis from Keysight Technologies Inc. This procurement is essential for ensuring ongoing support and maintenance of software critical to the Navy's operations. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Amy Lamberth, at amy.s.lamberth.civ@us.navy.mil, within five days of this notice. All interested parties must be registered in the System for Award Management (SAM) to be eligible for contract award.
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.