VPX accessory components to include network cards, network expander cards and power supplies.
ID: N6449825R4039Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract for the procurement of brand-name VPX accessory components, including network cards, network expander cards, and power supplies. This procurement is critical for the Machinery Control Systems (MCS) Tech Refresh of multiple ships, ensuring the modernization and operational capability of aging systems. The total estimated value of the contract is approximately $12,071,630, with proposals due by April 17, 2025, at 12:00 PM EST. Interested vendors can contact William Devito at william.j.devito8.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil for further information.

Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The document outlines a proposed procurement plan for specialized electronic equipment over five years, emphasizing three main shipsets of parts identified by unique part numbers (CLINs) and descriptions. Each year, the plan provides estimates for quantities and unit prices for equipment such as a 3U VPX 10/40 Gigabit Fully Managed Ethernet Switch and IP router, a ComEth4582a Expander board module, and a VPX power supply. While the estimated total prices are listed as $0 across the board, the expected quantities increase incrementally over the five-year timeline. This procurement plan aligns with federal RFPs and grants as it highlights the systematic approach to budgeting and inventory management for critical equipment that supports technological needs in governmental or defense applications. The inclusion of detailed tables organized by year and shipset suggests careful planning and anticipation of future requirements for these electronic components, underscoring the necessity for compliance with specific procurement standards. Overall, the document serves as a strategic outline for phased acquisitions.
The DD Form 1423-1, issued by the Department of Defense, serves as a Contract Data Requirements List (CDRL) designed to capture essential data item requirements associated with government contracts. This form delineates specifics such as contract line items, data item numbers, titles, and submission frequencies, while outlining essential points for both government personnel and contractors. The responsibilities for preparation, approval, and submission of data items are clearly defined, emphasizing adherence to the governing documents. Moreover, it categorizes data items into four groups based on their significance and required effort, guiding contractors on estimated costs associated with data preparation. The form mandates that submission adheres to specific formats and includes distribution statements to ensure proper usage of the data. This structured approach is vital in streamlining data management within government contracts, ensuring compliance and efficiency in communications between contracting officers and contractors throughout the contract's lifecycle.
The DD Form 1423-1 serves as a Contract Data Requirements List for government contracts, primarily utilized by the Department of Defense (DoD). It outlines the necessary data items contractors must provide, including pertinent details such as the title, authority, contract references, submission dates, and distribution methods. Specifically, the form is designated for technical reports—such as the Unauthorized Supplier Purchase Report—and mandates submissions in digital formats compatible with Microsoft Office and Adobe PDF applications. Key instructions guide users in completing the form, emphasizing the precise categorization of data items as Technical Data Packages or other relevant classifications. Additionally, it details the estimated cost groups for data items, distinguishing between items crucial to contract performance versus those developed as part of normal operations with minimal extra cost. The goal of this form is to ensure all required data is systematically collected, reviewed, and submitted efficiently, thereby supporting compliance and operational effectiveness in government contracting activities.
Apr 3, 2025, 7:05 PM UTC
The document is a Brand-Name Justification and Approval for the Naval Sea Systems Command's procurement of VPX accessory components required for the Machinery Control Systems (MCS) Tech Refresh of multiple ships (LHA6, LHD8, LHA7). The action approved is a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract, with an estimated total value of $12,071,630. Three shipsets of components will be procured, with specific parts detailed, including Ethernet switches and power supplies, critical for modernizing aging systems and maintaining operational capability. The justification cites 10 U.S.C. 3204(a)(1) as the legal basis for not pursuing full competition, emphasizing unique specifications and the necessity for compatibility with existing systems. Efforts to solicit offers revealed no capable alternative suppliers, confirming the need for brand-name components to avoid significant delays and risks. The Navy's urgency to replace outdated systems and the intricacies in custom design further bolster the need for direct procurement. This document serves to ensure that all actions comply with legal and regulatory frameworks while addressing the technical requirements of the Navy's modernization efforts.
Apr 3, 2025, 7:05 PM UTC
The document is an amendment to a solicitation issued by the Naval Surface Warfare Center Philadelphia, extending the submission deadline for proposals to April 17, 2025, at 12:00 PM. It emphasizes the requirement for detailed proposals that demonstrate the Offeror's understanding of the project requirements and risks. All proposals must be submitted electronically using the Department of Defense Secure Access File Exchange (DoD SAFE), with strict instructions on how to submit and acknowledge receipt of the amendment. The amendment outlines specific requirements regarding proposal content, organization, and format, including a transmittal letter, completed forms, and detailed submissions broken into volumes: technical and price proposals. Additionally, it states that classified information is not permissible and lists the necessary information that should accompany proposals, such as CAGE and UEI numbers. This solicitation modification serves to clarify procedural elements to potential contractors while ensuring compliance with federal contracting guidelines, thus supporting efficient procurement for governmental needs.
Apr 3, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the Naval Surface Warfare Center Philadelphia Division (NSWCPD) for providing hardware and services related to the Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS). It specifies the acquisition of equipment including a Fully Managed Ethernet Switch, Expander Board Module, and Multi-Output Power Supply, with distinct quantities required by set future dates. Proposals must reflect fixed prices for each item over five years, with details on delivery and inspection processes. The RFP also establishes the nature of the contractor’s relationship with the government, indicating that all work is non-personal services, without any employment rights conferred. Additional requirements such as technical data delivery, handling of obsolete materials, and counterfeiting prevention measures are emphasized. The document includes terms for payment processing, delivery, and inspection, ensuring all contracted work is executed within regulation frameworks. The overall goal of the RFP is to modernize and sustain essential military technologies, demonstrating the government's commitment to upgrading its operational capabilities.
Lifecycle
Title
Type
Similar Opportunities
VPX Chassis
Buyer not available
The Department of Defense, specifically the Naval Sea Systems Command (NSWC) Philadelphia Division, is seeking proposals for the procurement of VPX Chassis to support shipboard installations on LHA6, LHD8, and LHA7 class vessels. The contractor is required to manufacture hardware that meets or exceeds specified design requirements, addressing obsolescence issues in existing machinery control systems and ensuring the modernization of tactical operations aboard naval ships. The VPX Chassis will play a critical role in maintaining operational capabilities within various shipboard environments, including Data Acquisition Units and Gas Turbine Workstations. Interested vendors can reach out to Grisel Velazquez Vargas at grisel.velazquezvargas.civ@us.navy.mil or Timothy Shuman at timothy.r.shuman.civ@us.navy.mil for further details regarding the solicitation process and specifications outlined in the accompanying documentation.
Request for Quotes - Brand Name Compact Peripheral Component Interconnect (CPCI) cards
Buyer not available
The Department of Defense, through the Department of the Navy's NIWC Pacific, is soliciting quotes for the procurement of Brand Name Compact Peripheral Component Interconnect (CPCI) cards. The requirement includes specific multifunction I/O boards with detailed part numbers and quantities, emphasizing that only complete quotes will be considered for award. These CPCI cards are critical for various electronic applications within defense systems, and the anticipated delivery date is on or before May 30, 2025. Interested small business concerns must submit their quotes by April 28, 2025, and can direct inquiries to Contract Specialist Erwin Cablay at erwin.c.cablay.civ@us.navy.mil or by phone at 808-351-0154.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
Expansion Chassis
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) in Dahlgren, Virginia, is seeking quotations for the procurement of a 4U Expansion chassis, specifically part number OSS-SYSTEM-4UP-000134 from One Stop Systems, Inc., or an equivalent product. This procurement is part of a broader initiative to acquire essential hardware components, including base assemblies, filter kits, and power supply kits, all of which must comply with Trade Agreements Act (TAA) regulations and be sourced from authorized resellers. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with proposals due by April 18, 2025, and an anticipated award date of May 25, 2025. Interested vendors should direct inquiries to Sharon Lathroum at sharon.lathroum@navy.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for award.
58--SYNTHESIZER,ELECTRI - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of synthesizers and other replacement parts through a firm-fixed-price contract. The procurement aims to ensure the operational readiness of critical electronic components, which are essential for various defense systems. The total estimated value of the contract is approximately $5,529,049.86, with a proposal due date extended to March 7, 2025. Interested contractors should direct inquiries to Amber Wale at AMBER.WALE@NAVY.MIL or by phone at 717-605-2541.
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.
Exxact Brand components and associated parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division in Newport (NUWCDIVNPT), is soliciting quotes for Exxact brand components and associated parts, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement includes various computing and networking equipment, such as servers, solid-state drives, and KVM switches, emphasizing brand name components to ensure compatibility with existing software systems. Interested vendors must submit their quotes by February 11, 2025, and adhere to strict sourcing requirements from original equipment manufacturers or authorized resellers, with evaluations based on the Lowest Priced Technically Acceptable (LPTA) criteria. For further inquiries, potential bidders can contact Laina J Ouellette at laina.j.ouellette.civ@us.navy.mil or by phone at 401-742-5804.
61--POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture and supply of power supplies under the solicitation titled "61--POWER SUPPLY." The procurement requires firms to provide firm-fixed price or not-to-exceed price ceiling quotes for the repair of materials that may be in un-whole condition, including all associated costs for evaluation, repair, and support. These power supplies are critical components for submarines and surface ships, emphasizing the importance of quality and compliance with stringent military standards. Interested vendors should contact Benjamin Speros at 717-605-3918 or via email at benjamin.speros@navy.mil for further details, with the solicitation period extended to April 30, 2025.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a firm-fixed-price contract. The procurement aims to ensure that the repaired units meet operational and functional requirements, adhering to specified quality standards and inspection protocols. These power supplies are critical components for various defense systems, emphasizing the importance of reliability and compliance in their repair processes. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Benjamin Speros at 717-605-5150 or via email at BENJAMIN.G.SPEROS.CIV@US.NAVY.MIL.
59--ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of electronic components and other replacement parts necessary for the repair and modification of various systems. The contract will focus on the repair of circuit card assemblies and related electronic hardware, adhering to strict quality assurance and inspection standards as outlined in the solicitation. These components are critical for maintaining the operational readiness of naval systems, ensuring they meet the required specifications and performance standards. Interested vendors must submit their proposals via NECO or email by May 13, 2025, and can direct inquiries to Jamie Kershaw at 717-605-3233 or via email at jamie.m.kershaw.civ@us.navy.mil.