ETIRS Analog to Digital Voltage
ID: N68335-25-RFI-0293Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
  1. 1
    Posted Nov 13, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 17, 2024, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is conducting market research to identify potential sources for rack-mounted Analog Discrete Input Measurement instruments for the Engine Test Instrumentation Replacement System (ETIRS). The procurement aims to acquire instruments that meet specific performance and environmental requirements, including compliance with military standards for vibration, temperature, and humidity. These instruments are critical for ensuring accurate measurements in various testing environments, particularly in naval applications. Interested vendors must submit their responses by December 16, 2024, including their capabilities, past performance, and compliance with specified requirements, to the primary contacts Justin Panecki and Terrence Shearer via the provided email addresses.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
Brand Name Only PCB Piezotronics and Endevco transducers, accelerometers, and accessories
Buyer not available
The Department of Defense, specifically the U.S. Army Aberdeen Test Center, is seeking information for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Brand-Name Only PCB Piezotronics and Endevco transducers, accelerometers, and accessories. This procurement aims to identify suppliers capable of providing these specific items, which are critical for supporting the Army's Live Fire Test and Evaluation mission, ensuring that all products come with a valid Certificate of Calibration traceable to the National Institute of Standards and Technology (NIST). Interested vendors must submit their responses electronically to Contract Specialist Toni M. Foster by April 4, 2025, at 10:00 AM EDT, and should include their company details, capabilities, and whether they qualify as a small or large business. This request is part of market research and does not constitute a solicitation for proposals or a contract award.
Vibration Controller (1)
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking information from potential sources for a Vibration Controller to be utilized at the QE&SA Environmental Test Laboratory. The procurement involves the manufacturing of a 20-channel vibration controller workstation, along with a compatible host computer, which must include hardware, software integration, and calibration services, adhering to NIST standards. This initiative highlights the government's commitment to acquiring advanced technological solutions for environmental testing, ensuring compliance with regulatory requirements. Interested businesses must be registered in SAM and submit their capabilities statement by April 4, 2025, to Mark Bobitka at mark.t.bobitka.civ@army.mil, as this RFI serves solely for market research purposes and is not a solicitation for proposals.
Joint Service ELECT Combat SYS Tester & TPIH Accessory Set
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure specialized equipment, specifically the Joint Service ELECT Combat Systems Tester and TPIH Accessory Sets, on a non-competitive basis from Textron Systems. This procurement involves five Joint Service ELECT Combat Systems Testers and three TPIH Accessory Sets, designated for the Japan and France E-2D Programs, with specific quantities required by each country. These items are crucial for the maintenance and operational readiness of military aircraft, particularly in the context of Foreign Military Sales to Japan and France. Interested parties are encouraged to submit written responses within fifteen days of this notice, and inquiries can be directed to Desiree Pendleton at desiiree.i.pendleton.civ@us.navy.mil or by phone at 732-323-2155.
Portable Range Emitter Monitoring System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a Portable Range Emitter Monitoring System to enhance its operational capabilities. The procurement includes a primary receiver for frequency range analysis from 1 MHz to 7 GHz, along with a direction-finding handheld antenna system that integrates GNSS and analysis software, as well as warranty services and on-site training for personnel. This equipment is critical for ensuring effective monitoring and analysis of electronic signals, which is vital for defense operations. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the requirements outlined in the solicitation. For further inquiries, contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689.
N0038325PR284
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of two units of a flight test set, identified by NSN: 6R4920014498072 and Part Number: ADTS405-8325. This equipment is crucial for aircraft maintenance and repair, ensuring operational readiness and safety of naval aviation assets. Interested vendors can reach out to Christopher Campellone at 215-697-2530 or via email at christopher.campellone.civ@us.navy.mil for further details regarding the solicitation process.
Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a TRANSDUCER, MOTIONAL, under a federal contract opportunity. The procurement requires qualified contractors to provide firm-fixed prices for the repair of the specified item, adhering to strict quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This equipment is critical for measuring and testing electrical signals, underscoring its importance in defense operations. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with a required Repair Turnaround Time of 308 days post-receipt of the asset, and must include detailed pricing and capacity constraints as part of their submission.
Q-Band Sensors
Buyer not available
The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is seeking information from potential sources regarding the procurement of Q-Band Waveguide Mounts, with a total estimated quantity of three units over one year. This request for information (RFI) aims to gather insights on current market capabilities to support the development of these mounts, which are critical for a Waveguide Calorimeter System operating in the 18-50 GHz range, addressing the need for improved precision in RF power measurements. Interested parties are encouraged to submit their capabilities and relevant documentation by April 24, 2025, at 2:00 PM ET, with responses directed to Megan Moretti or Frank Capuano via email or fax, as specified in the notice.
66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a motion transducer (NSN: 6695-01-486-0387). The procurement aims to ensure that the transducer is restored to a Ready for Issue (RFI) condition, which includes comprehensive inspection, testing, and necessary component repairs or replacements. This equipment is critical for operational reliability within naval systems, emphasizing the importance of maintaining high-quality standards in its repair process. Interested contractors should submit their quotes, including firm-fixed price or Time and Materials pricing, to the primary contact, Elise M. Anzini, via email at ELISE.M.ANZINI.CIV@US.NAVY.MIL, or by phone at 215-697-3967, as part of the ongoing procurement process.