Commercial Off The Shelve 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 Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various essential items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with OPNAV INSTRUCTION 3960.16C. These items are vital for the Navy's systems, ensuring they meet stringent requirements and avoid costly delays associated with testing and approval of alternative brands. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide workstations as outlined in the attached Statement of Work (SOW). The procurement is for new commercial items, with a strict requirement that no refurbished or used parts will be accepted. These workstations are critical for shipbuilding and repairing operations, ensuring that the Navy maintains its operational readiness and efficiency. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they can find the solicitation details under RFQ number N5005426Q0046 on the System for Award Management (SAM) or Procurement Integrated Enterprise Environment (PIEE) websites. For further inquiries, potential bidders can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779.
    Omnetics Radar Parts
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Omnetics Radar Parts on a sole source basis from Omnetics Connector Corporation, with full and open competition among authorized distributors. This procurement is crucial for maintaining and enhancing radar systems used in various defense applications, ensuring operational readiness and effectiveness. The solicitation, identified as N6893626Q5041, is expected to be posted on the SAM website around December 3, 2025, and interested parties must submit their quotes via email to Beth Exzabe at beth.a.exzabe.civ@us.navy.mil. All bidders must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    59--ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure electronic components and other replacement parts for repair and modification purposes. The requirement includes a quantity of 71 units of NSN 7G-5998-016184236, with delivery to DLA Distribution in New Cumberland, PA. These components are critical for maintaining operational readiness and supporting various naval systems. Interested vendors, particularly small businesses, are encouraged to express their interest and capability to fulfill this requirement within 45 days of this notice, and can contact Jamie Kershaw at (717) 605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further details.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    70--DVD,CER LAPTOP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a DVD, CER laptop, under a presolicitation notice. The procurement involves a sole source requirement for a specific item identified by NSN 1H-7030-016996214, with a quantity of one unit to be delivered to DLA Distribution Norfolk, VA. This item is critical for Navy operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered, necessitating certification as a Depot Overhaul Point (DOP) for potential suppliers. Interested parties must submit a Source Approval Request (SAR) to the contracting officer, Alison N. Bruker, via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source based on the responses received.
    59--ELECTRONIC COMPONEN
    Buyer not available
    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.
    66--OP.SIGHT GLASS ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture and supply of the OP.SIGHT GLASS ASSY, a critical component used in various naval applications. The procurement requires adherence to specific design, material, and dimensional standards as outlined in the associated technical documents, which are accessible through a designated e-commerce platform. This opportunity is particularly significant as it falls under a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in defense contracting. Interested vendors should direct inquiries to Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support in Mechanicsburg, is soliciting bids for the procurement of power supply units under a fixed-price contract. The requirements include the manufacture of power supplies that meet specific quality and inspection standards, including compliance with MIL-STD-129 and ISO 9001, and the materials must be mercury-free due to their intended use on submarines and surface ships. This procurement is critical for maintaining operational readiness and safety in naval operations. Interested vendors should contact Rebecca A. Rainey at 717-605-2774 or via email at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL for further details, and they must ensure they are authorized distributors of the original manufacturer’s items to be considered for the contract.