PEDESTAL UPGRADE
ID: N0017324P0075Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for the upgrade of a Viasat 5.4M pedestal to Telemetry and Communications Systems, Inc. located in Chatsworth, CA. This procurement falls under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and is critical for enhancing the capabilities of airborne radio navigation equipment. Interested parties are invited to express their interest and demonstrate their capability to fulfill this requirement within one calendar day of the notice publication, with all inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000, and responses must reference Notice of Intent number N00173-24-Q-0075.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    PEDESTAL UPGRADE
    Currently viewing
    Special Notice
    Similar Opportunities
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver-transmitter unit, identified by NSN 7R-5895-016334164, with a quantity of 15 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, necessitating Government Source Approval prior to award. The items involved are critical for military communications and are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Cody P. Cameron at cody.p.cameron@navy.mil. Proposals must be submitted in accordance with the guidelines provided, as offers lacking the necessary data will not be considered.
    N66001-24-Q-6412 - Notice of Intent to Sole Source to L3 Harris Technologies Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to L3 Harris Technologies Inc. for the procurement of Web Data Services (Area-Centric) – Data Feed, specifically designed for 60 users. This procurement is critical for providing Automatic Identification System (AIS) licenses that support the SEAVISION Common Operational Picture (COP), which will be utilized by various U.S. Navy Maritime Operations Centers, the Department of Transportation, the United States Coast Guard, and 113 partner countries for enhanced maritime situational awareness. Interested parties may express their capabilities and interest by contacting Corbin Walters at corbin.c.walters.civ@us.navy.mil by September 25, 2024, at 2:30 P.M. PST, although this notice is not a request for quotes and the government retains discretion over the procurement process.
    58--RECEIVER,RADIO NAVI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of 95 units of Receiver, Radio Navigation Equipment under the NAVSUP Weapon Systems Support Mechanism. This contract requires the manufacture and supply of radio navigation equipment, which is critical for various defense operations and applications. The solicitation has been amended to extend the offer due date to September 20, 2024, and emphasizes the need for government source inspection and compliance with quality assurance standards. Interested vendors should contact Justin Long at 717-605-1456 or via email at JUSTIN.LONG6@NAVY.MIL for further details.
    RF Tranceiver with Protection Switch
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure eight 5-Watt KA-Band Transceivers on a sole-source basis from Quinstar Technology, Incorporated. This procurement is intended to fulfill specific operational requirements, and the selected contractor must demonstrate the capability to deliver high-quality, reliable products within the stipulated timeframe. The transceivers are critical components for radar equipment, enhancing the Navy's capabilities in search, detection, navigation, and guidance systems. Interested firms must submit a written response, including a capability statement, by the deadline of 15 days from the notice publication date, and should contact Robert Roulusonis or Scott Hansen for further details.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Notice of Intent to Increase Contract Ceiling for M67854-22-C-0025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to issue a sole-source modification to increase the contract ceiling for M67854-22-C-0025 with RADA Technologies, LLC, for life cycle management support of the AN/TPS-59(V)3 Radar System. This modification aims to enhance the maximum dollar value to accommodate ancillary operational tasks in response to emerging Tactical Ballistic Missile capabilities. The AN/TPS-59(V)3 Radar System is critical for military operations, providing essential radar capabilities for detection and guidance. Interested parties may submit a statement of capability by 4:00 PM local time on October 2, 2024, to the primary contact, Dominique Barr, at dominique.barr@usmc.mil, or the secondary contact, Stasia Baker, at stasia.baker@usmc.mil, as no solicitation for competitive bidding will be issued.
    Data Bus Network Tester Interim Support Package
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure an interim support package for the AN/USM-780 Data Bus Network Tester (DBNT) through a firm fixed price modification under an existing contract. This procurement aims to fulfill initial spare requirements based on a specified list from Southwest Inter Connect (SWIC), which is the sole designer and manufacturer of the DBNT, making this a non-competitive opportunity. The interim support package includes various essential components such as battery assemblies, circuit card assemblies, and cable assembly sets, which are critical for the operation and maintenance of the DBNT. Interested firms are encouraged to express their interest and capability to meet the requirements, with inquiries directed to Gianna V. Gatto at gianna.v.gatto.civ@us.navy.mil or by phone at 732-323-1270. This notice is not a request for competitive proposals, and the government will consider all responses received to determine the necessity of competition.
    IFF-45TSL Test Sets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with Viavi Solutions LLC for the procurement of IFF-45TSL Test Sets. These test sets are essential for supporting Identification Friend or Foe (IFF) transponders, IFF interrogators, and tactical air navigation (TACAN) transceivers for the U.S. Navy fleet. The Government plans to establish a five-year Basic Ordering Agreement with Viavi Solutions LLC, the sole designer and manufacturer of the required test sets, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1. Interested parties should direct their responses to Danielle Russo at danielle.m.russo4.civ@us.navy.mil by the specified response date and time.
    58--ANTENNA DRIVE ELECT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source procurement for the repair and modification of an Antenna Drive Electric, identified by NSN 7R-5841-016481325-RQ. The requirement includes a quantity of one unit, with delivery terms set to FOB Origin, and is anticipated to be awarded to Northrop Grumman, as the agency expects to receive a single acceptable offer from this source. This procurement is critical for maintaining operational capabilities in airborne radar equipment, and interested parties capable of fulfilling the requirement are encouraged to express their interest to the primary contact, Shannon M. Gonglik, via email at SHANNON.GONGLIK@NAVY.MIL, within 45 days of this notice. The government will consider all proposals received within this timeframe, although it retains discretion over whether to conduct a competitive procurement.
    Notice of Intent to Award Sole Source to Vitrek LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to award a sole source contract to Vitrek LLC for the procurement of a RazorMax CSE1612G-LR Signal Recording System, along with associated items, with a quantity of one. This specialized equipment is critical for signal recording applications within defense operations, ensuring accurate data collection and analysis. The primary contact for this procurement is Contract Specialist James K Blake, who can be reached at james.k.blake@navy.mil or by phone at 619-376-0860 for any inquiries related to this opportunity.