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
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
70--COMPUTER,DIGITAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 13 units of a digital computer, identified by part number 3087922-102, for repair and modification purposes. This procurement is being conducted under the authority of FAR 6.302-1, indicating that the government intends to negotiate with a single source for this requirement. The digital computer is crucial for various military applications, and the delivery will be on a FOB origin basis. Interested parties are encouraged to express their interest and capabilities, with proposals being accepted within 45 days of the notice publication. For further inquiries, Eric M. Tarkett can be contacted at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL.
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.
VME Terminal Controller CPU and associated Hardware Procurement
Buyer not available
The Department of Defense, through the Defense Microelectronics Activity (DMEA), is seeking proposals for the procurement of VME Terminal Controller CPUs and associated hardware, as outlined in Solicitation No.: HQ072725QNR02. This procurement aims to acquire 320 units across four product lines to facilitate an upgrade to Windows 11 for the Link 16 Terminal Controller, which is critical for managing military data transmission. The selected contractor will be responsible for sourcing specific components, ensuring authenticity and compliance with national security regulations, while providing service support and warranty for the hardware. Interested contractors must submit their quotes via email by 2:00 p.m. (PST) on May 1, 2025, and can direct inquiries to Nicholas S. Roberts at nicholas.s.roberts8.civ@mail.mil.
7021 - FMS Repair of TRMC Mission Computer (2 units)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair two units of TRMC Mission Computers for the Czech Republic. The procurement involves providing labor, materials, and facilities necessary to restore these government-owned items to operational condition, specifically targeting the TRMC Mission Computer P/N: 6B12700-0001. This repair is critical as the government lacks the data required to perform the repairs or manufacture the items, and the contract is intended for a sole source, Northrop Grumman Systems Corp, under FAR 6.302-1. Interested parties must submit capability statements within five days of the notice publication, and for those not already approved, a Source Approval Request package is required. For further inquiries, contact Peter Kobryn at 215-697-3972 or via email at peter.a.kobryn.civ@us.navy.mil.
REPAIR MEMORY UNIT,AIRCRAF
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure repair services for a memory unit used in aircraft, specifically NSN: 7R7010015350456, P/N: 173793-01-04, from Symmetrics Industries, LLC. This procurement is a sole source requirement, as Symmetrics is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. The contract emphasizes strict adherence to government standards for shipping, inspection, and performance timelines, with penalties for delays, and requires interested parties to submit capability statements to the primary contact, Shamus F. Roache, at Shamus.F.Roache.civ@us.navy.mil, within 30 days of the notice publication.
Notice of Intent to Sole Source Geophones for the ERDC GSL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Geospace Technologies Corporation for the procurement of geophones and related equipment. The requirement includes three GS-ONE, 10 HZ geophones, 24 channel seismic cables, one Geospace Connectorless Recorder, and 24 months of technical phone support, all of which must meet specific frequency response specifications to align with existing in-house equipment. This procurement is critical for ensuring the consistency and reliability of geophysical data collection, as Geospace Technologies is the sole manufacturer and supplier of these geophones in North America. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil and David Ammerman at David.G.Ammerman@usace.army.mil by 1:00 PM CST on May 2, 2025, although this notice is not a request for competitive quotes or proposals.
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.