Mircom Non-Recurring Engineering Services (NRE) for Machinery Control Systems (MCS) Fire Alarm Control Panel (FACP)
ID: N6449825P510122Type: Sources Sought
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of the Navy's Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking responses to a Request for Information (RFI) for Non-Recurring Engineering (NRE) services aimed at enhancing the FX-4000N Machinery Control System (MCS) Fire Alarm Control Panel (FACP). The contractor will be responsible for incorporating dual temperature trigger points for heat detection and removing a lockout feature that restricts user access after multiple failed password attempts. This project is critical for ensuring the reliability and accuracy of fire alarm systems used by the Navy, with deliverables owned by the LHD/A MCS Team. Interested parties must submit their responses electronically by 3:00 PM EST on April 12, 2025, to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil, adhering to a two-page limit and including specified company information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy's Naval Surface Warfare Center, Philadelphia Division (NSWCPD) has issued a Request for Information (RFI) for Non-Recurring Engineering (NRE) services related to the enhancement of the FX-4000N Machinery Control System (MCS) Fire Alarm Control Panel (FACP). The contractor is expected to incorporate dual temperature trigger points for heat detection and remove a lockout feature that restricts user access after multiple failed password attempts. The project will involve several phases, including requirement specification, firmware and configurator development, and quality assurance testing to ensure compliance with existing specifications. All completed deliverables will be owned by the LHD/A MCS Team, with the contractor retaining no rights. Responses to the RFI are to be submitted electronically and should include specified company information, responses detailing capability to meet requirements, and must adhere to a two-page limit. Importantly, this RFI is intended solely for market research purposes and does not represent a commitment to contract or request for proposals. The government will not compensate for responses and all submissions will become government property. The deadline for submission is set for 12 April 2025.
    Similar Opportunities
    SOURCES SOUGHT FOR DET-TRONICS EQP FIRE DETECTION/RCU COMPONENTS; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting a sources sought notice for fire detection and releasing control unit components at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement aims to identify potential suppliers capable of providing a fire alarm detection and releasing control unit that meets specific requirements, including compliance with various safety codes and standards, as well as compatibility with existing Det-Tronics equipment. This equipment is critical for ensuring safety in aircraft maintenance hangars, where reliable fire detection and suppression systems are essential. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time for consideration.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    SOURCES SOUGHT FOR DET-TRONICS X3301 MULTISPECTRUM IFD; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is conducting market research for the procurement of a flame detector that meets specific requirements equivalent to the Det-Tronics X3301 Multispectrum Infrared Flame Detector. The Government is seeking alternative products that comply with various safety and performance standards, including UFC 4-021-01 for Aircraft Maintenance Hangars and NFPA 72 for fire alarm systems, while ensuring compatibility with existing systems. This procurement is critical for maintaining safety in hazardous locations, particularly in areas with potential hydrocarbon liquid fuel fires. Interested parties must submit their technical data and specifications to Ms. Jessica Shimoda at jessica.a.shimoda.civ@us.navy.mil by December 23, 2025, at 12:00 p.m. Hawaii Standard Time, to be considered for this opportunity.
    PANEL,POWER DISTRIB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the PANEL, POWER DISTRIB. This procurement requires contractors to provide a comprehensive quote that includes unit price, total price, and repair turnaround time (RTAT), with all repairs needing to meet specific operational and functional requirements as outlined in the contract. The goods are critical for maintaining operational readiness within the Navy's electrical systems, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes by December 2025 and can direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    ALARM-MONITOR GROUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the ALARM-MONITOR GROUP, which involves the manufacturing of specialized alarm, signal, and security detection systems. The contract aims to fulfill the requirements for the production and quality assurance of these systems, with an emphasis on compliance with specific military standards and documentation. These systems are critical for ensuring operational readiness and safety within naval operations. Interested contractors should note that the solicitation includes an option for increased quantity and requires government source inspection, with all inquiries directed to Logan Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381. The procurement process is expected to follow standard federal contracting timelines, and interested parties should prepare to submit their proposals accordingly.
    61--CONTROL PANEL ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Control Panel Assembly (CAGE Code: 51435, Reference No: 545D1007-1). This procurement is critical for the operation of submarines and surface ships, emphasizing the need for high-quality electrical control equipment that meets stringent military specifications. The contract includes specific requirements regarding inspection, quality assurance, and packaging, with a focus on ensuring that all materials are free from mercury contamination. Interested vendors must submit their proposals by the revised closing date of January 20, 2026, and can direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.