Commercial Off The Shelf Items
ID: D20-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

HARDWARE, WEAPON SYSTEM (5342)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of Commercial Off-The-Shelf (COTS) items, including various electronic components for the Transportable Tactical Command and Control System (TTWCS). The required items encompass power supplies, circuit card assemblies, optical test sets, sensors, and storage drives from specified manufacturers, with all items to be delivered to Port Hueneme, California, by February 28, 2026. This procurement is critical for maintaining operational readiness and compliance with stringent military standards, ensuring that only approved products are utilized. Interested vendors must submit their offers by January 2, 2026, and can direct inquiries to Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil.

    Files
    Title
    Posted
    This Justification and Approval (J&A) document, J&A No. NSWC-PHD-JA-25-081, outlines the rationale for using other than full and open competition for the procurement of FSP Technologies branded ATX Flex Power Supply part number FSP500-50FBD. This specific power supply is the only one that has passed Equipment Qualification Testing (EQT) and is approved for use on U.S. Navy ships with the new motherboard. Using any other brand would necessitate new EQT and drawing approvals, leading to substantial unrecoverable cost duplication. Despite efforts to solicit offers from various sources, including postings on NASA SEWP and SAM.gov, no other capable sources were found that meet the programmatic requirements. The contracting officer has determined the anticipated cost to be fair and reasonable and commits to ongoing market research to identify potential future competitive sources. The document includes certifications from technical/requirements, legal, and contracting officers, with approval granted by Brian Carpenter.
    This document outlines the Navy Marine Corps Acquisition Regulation Supplement's provisions regarding the determination of fair and reasonable costs and actions to promote future competition. It states that the Contracting Officer has deemed the anticipated cost of supplies/services fair and reasonable. Furthermore, it details the NSWC PHD Contracts Office's commitment to conducting ongoing market research to broaden the vendor base and assess the feasibility of competition for future requirements as new sources emerge. This ensures continued efforts to remove barriers to competition in future acquisitions.
    The document, J&A No. NSWC-PHD-JA-25-082, is a Justification and Approval (J&A) related to a procurement action by the Navy Marine Corps Acquisition Regulation Supplement. It includes certifications from technical/requirements personnel, legal sufficiency review, and the contracting officer. The technical/requirements certification attests to the completeness and accuracy of facts and representations. The legal review confirms the justification's legal sufficiency. The contracting officer certifies the justification's accuracy and completeness, and subsequently approves the solicitation of the described procurement using other than full and open competition, citing the authority of 10 U.S.C. 3204(a)(1). Brian Carpenter, the Contracting Officer, digitally signed the approval on June 5, 2025.
    The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) plans to award a firm-fixed price contract on a brand name basis for Patton Electronics Rack Mount Chassis (RMC) and fiber optic isolators (FOIs). This justification for "other than full and open competition" is based on 10 U.S.C. 3204(c)(1), as Patton branded parts (FOI-4411-R-ST, FOI-4451-R-ST, and RMC-3102R) are the only ones that have passed extensive functional, environmental, and counterfeit avoidance testing required for use within specific configurations onboard U.S. Navy ships. Using any other brand would incur substantial, unrecoverable costs for re-testing and redrafting approved drawings. Market research confirmed Patton as the sole authorized brand, and efforts to solicit offers yielded no other capable sources. The anticipated cost is deemed fair and reasonable, and NSWC PHD will continue market research to identify potential future competitive sources.
    The document is a Justification and Approval (J&A) for a procurement using other than full and open competition, specifically J&A No. NSWC-PHD-JA-25-085, dated April 2018 (Change 18-24). It includes certifications from technical/requirements personnel, confirming the accuracy of facts and representations. A legal sufficiency review determined the Justification to be legally sufficient. The Contracting Officer, Brian Carpenter, certified the Justification's accuracy and completeness and approved the procurement, citing the authority of 10 U.S.C. 3204(a)(1). This approval signifies the decision to proceed with a procurement without full and open competition, based on the provided justification and legal review.
    The document, J&A No. NSWC-PHD-JA-25-087, is a Justification and Approval for other than full and open competition for the procurement of serial interface cards. It asserts that only one specific brand meets programmatic requirements, as other brands would necessitate additional testing and new drawings, leading to substantial unrecoverable cost duplication. Despite efforts to solicit offers from various sources, including GSA Advantage, internet searches, and postings on NASA SEWP and SAM.gov (which yielded four responses from capable sources), the justification concludes that no other brand is compatible. The Contracting Officer has determined the anticipated cost to be fair and reasonable and commits to ongoing market research to broaden the vendor base for future requirements, ensuring competition is assessed if new sources emerge. The document includes certifications from technical/requirements, legal, and contracting officers, with approval from Brian Carpenter, Contracting Officer, for the procurement using other than full and open competition under 10 U.S.C. 3204(a)(1).
    The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) plans to award a firm-fixed price contract for ServersCheck branded environmental monitoring sensors (ENV-TEMP, PWR-AC-FAIL, BASE-WIRED). These sensors are crucial for monitoring environmental conditions within the Naval systems, supporting Supply Chain Risk Management, and preventing counterfeit materials. The ServersCheck brand is the only one that has met stringent industry and government standards, passed Functional Qualification Testing (FQT), and Environmental Qualification Testing (EQT) for use on U.S. Navy ships. Procuring a different brand would incur an estimated $75K duplication cost due to re-testing and approval processes. Despite efforts to solicit offers from various sources, no other brand was found to meet the specific programmatic requirements. The contracting officer determined the cost to be fair and reasonable and will continue market research to identify potential future competitive sources.
    The Navy Marine Corps Acquisition Regulation Supplement addresses the sole-source procurement of the Tempo Communications Optical Power Test Set for the NSWC PHD program. This specific test set is the only one approved with a National Stock Number (NSN) for use as General Purpose Electronic Test Equipment (GPETE), as mandated by OPNAV INSTRUCTION 3960.16C. Using an alternative would cause non-compliance and a significant 6-12 month delay due to extensive testing and approval processes at a separate Department of the Navy activity, jeopardizing NSWC PHD’s ability to meet FMS customer schedules. Market research, including solicitations on NASA SEWP and SAM.gov, confirmed no other brand meets the programmatic requirements. The contracting officer determined the cost to be fair and reasonable, and NSWC PHD will continue market research to identify potential future competitive sources.
    This Justification and Approval (J&A) document, NSWC-PHD-JA-25-086, from the Navy Marine Corps Acquisition Regulation Supplement, outlines the rationale for a non-competitive procurement of a specific brand of cPCI due to substantial duplication of cost for retesting and redrafting if another brand were used. Efforts were made to solicit offers, including posting sources sought to NASA SEWP and SAM.gov, which yielded four responses from capable sources on SAM.gov but none from NASA SEWP. The Contracting Officer determined the anticipated cost to be fair and reasonable and certified the accuracy and completeness of the justification. Actions to remove future barriers include continued market research to broaden the vendor base and assess future competition feasibility. The document includes technical, legal, and contracting officer certifications and approval for using other than full and open competition under 10 U.S.C. 3204(a)(1).
    The document explains the sole-source acquisition of Viavi Solutions and Keysight Technologies branded OTDR Analyzers for the Navy Marine Corps due to strict compliance requirements. OPNAV INSTRUCTION 3960.16C mandates the use of GPETE parts with an approved National Stock Number (NSN), and these specific OTDR Analyzer brands are the only ones currently approved. Selecting an alternative would cause non-compliance and an unreasonable delay of 6-12 months due to extensive testing and approval processes at a separate Department of the Navy activity. Efforts to solicit offers confirmed no other brand met programmatic requirements, although numerous sources were contacted for pricing and availability. The anticipated cost is deemed fair and reasonable, and market research will continue to broaden the vendor base for future competition.
    Standard Form 1449 (SF-1449) is a multi-purpose government form used for solicitations, contracts, and orders for commercial products and services. It facilitates the acquisition process by detailing requirements, terms, and conditions. The form is applicable to various solicitation methods, including Requests for Quotes (RFQ), Invitations for Bids (IFB), and Requests for Proposals (RFP). It also incorporates set-aside options for small businesses, such as Women-Owned Small Businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Small Businesses, and general Small Businesses. The form outlines sections for contractor and government information, itemized schedules of supplies/services, pricing, accounting data, and legal clauses from the Federal Acquisition Regulation (FAR). Contractors are required to complete specific blocks, sign the document, and return copies to the issuing office, signifying their agreement to furnish and deliver items under the specified terms. The SF-1449 is a crucial document for government procurement, ensuring standardized procedures and compliance with federal regulations.
    This document is a solicitation for Women-Owned Small Businesses (WOSB) to provide commercial products and services, specifically Common Off-The-Shelf (COTS) items for the Transportable Tactical Command and Control System (TTWCS) (New) for the Naval Surface Warfare Center PHD. The solicitation (N6339426Q40070001) was issued on December 3, 2025, with offers due by January 2, 2026. The contract is set aside 100% for WOSB, with a NAICS code of 335999 and a size standard of 600. The required items include various electronic components like power supplies, circuit card assemblies, optical test sets, sensors, and storage drives from specified manufacturers. All items are firm-fixed-price. Inspection and acceptance will occur at the destination, Port Hueneme, CA, with delivery required on or before February 28, 2026. The document outlines detailed payment instructions via Wide Area WorkFlow (WAWF) and incorporates numerous FAR and DFARS clauses related to contract terms, conditions, and compliance for federal acquisitions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAGPUL Weapon Components
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified vendors to supply MAGPUL weapon components, including various small arms accessories such as sights, stocks, grips, and rail sections. This procurement is specifically aimed at Women-Owned Small Businesses (WOSB) and will be executed as a Firm Fixed Price contract with a performance period spanning five years, from January 1, 2026, to January 1, 2031. The total contract value will range from a minimum of $1.00 to a maximum of $2,000,000.00, emphasizing the importance of these components for military operations. Interested parties must submit their offers via email to Heather Summers by the deadline of January 22, 2026, at 12:00 PM EST, and ensure they are registered in the System for Award Management (SAM).
    NAWCAD WOLF iHawk Rackmount System
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting quotes for the procurement of a "TW12 iHawk Rackmount System" and associated components on a firm fixed-price basis. This solicitation is strictly for brand name items, with no substitutions accepted, and requires that all offerors be authorized distributors or resellers, registered in the System for Award Management (SAM), and compliant with the Trade Agreements Act (TAA). The goods are critical for military applications, and the government aims to award the contract based on the lowest evaluated price that meets technical acceptability standards. Interested vendors must submit their quotes by 5:00 PM Eastern Time on January 6, 2026, and can direct inquiries to Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    POWER SUPPLY
    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 POWER SUPPLY under a total small business set-aside contract. This procurement involves the production of electrical converters, specifically designed to meet stringent military standards, with a focus on quality assurance and compliance with applicable specifications. The successful contractor will be required to deliver the supplies within 90 days of contract award, with offers due by November 20, 2025, and a new solicitation response date set for January 14, 2026. Interested parties can reach out to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details.
    FMS REPAIR - QTY 2 - NIIN 014178763
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two Receiver-Transmitter units under solicitation number N0038326QN058. This opportunity is specifically targeted towards Women-Owned Small Businesses (WOSB) and includes detailed requirements for packaging, marking, inspection, and acceptance, adhering to military and commercial standards for preservation and packing. The goods are critical for military communications, emphasizing the importance of compliance with configuration management and reporting protocols. Interested vendors should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details and to ensure participation in the procurement process.
    Circuit Card Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of Circuit Card Assemblies, specifically NSN 5998-01-706-2284 and Part Number 13074673. The contract is a Total Small Business Set-Aside for a Firm Fixed Price Supply Contract, requiring the delivery of 30 units with an option for an additional 30 units, and mandates a First Article Test (FAT) along with specific delivery schedules for both FAT and production quantities. These circuit card assemblies are critical components in various defense applications, necessitating compliance with military-level packaging, inspection, and acceptance standards. Interested small businesses must submit their offers by approximately January 9, 2026, and can obtain further details and technical data packages via SAM.gov; for inquiries, contact Michelle Stojkovski at michelle.stojkovski@dla.mil or Sabrina Krafft at sabrina.krafft@dla.mil.
    AUKUA Hardware & Software
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of AUKUA Hardware and Software, specifically a 4-Port Multigig Test System and associated software packages. This requirement includes a 1U rackmount chassis with four SFP+ test ports, a packet generator application package, an inline network emulator package, and 10G copper SFP+ transceiver modules, all essential for comprehensive network testing and validation. The contract will be awarded on a firm fixed-price basis, with proposals due by January 6, 2026, and delivery expected within four weeks of the award date to Dahlgren, Virginia. Interested parties should contact Diana Moses at diana.moses@navy.mil for further information and must ensure they are registered in the System for Award Management (SAM) to be eligible for award.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.