SEATEL DIRECT TO SAILOR (DTS) HDTV SYSTEM
ID: N0040625R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

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

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the SEATEL Direct to Sailor (DTS) HDTV System, aimed at replacing the existing TV-DTS Satellite system aboard military vessels. The procurement involves the removal of the current system, installation of the new equipment, and necessary modifications to the ship's structure and electrical systems, with a focus on quality assurance and safety due to the high voltage systems involved. This initiative is part of the government's ongoing efforts to modernize military communication systems, emphasizing the importance of small business participation, as the opportunity is set aside for total small business participation under FAR 19.5. Proposals are due by February 4, 2025, and interested vendors should direct inquiries to Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil or Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation (N0040625R0008) issued by the Navy for a contract to replace the Satellite Direct to Sailor (DTS) system with the OEM Cobham SATCOM Sea Tel DTS Satellite Entertainment System. The contract will be firm-fixed-price and requires compliance with specified technical requirements for installation. Proposals must be submitted by 12:00 PM on January 3, 2025, with questions directed to the contracting officer, Joseph M. Ibrahim. The statement of work details the removal of existing equipment and installation of new systems, emphasizing safety protocols around high voltage areas, proper handling of equipment, and compliance with military standards throughout the process. The location for performance is anticipated in Bahrain, Dubai, or Oman, with a planned period of performance aligned with the ship's schedule. The award will favor bids deemed most advantageous for the government based on technical compliance, price reasonableness, and past performance. Additionally, the document incorporates various federal regulations and clauses, ensuring compliance with government standards and protections, such as provisions for small businesses and whistleblower rights. Overall, this solicitation aims to procure necessary satellite communication upgrades in a structured and regulated manner.
    The government solicitation N0040625R0008 seeks offers for the installation of the SEATEL DTS Satellite Entertainment System, replacing the existing TV-DTS system on specified military vessels. The contract is a firm, fixed-price type, and submissions are due by 12:00 PM on January 27, 2025. Potential contractors must comply with the outlined specifications and requirements, including significant safety protocols due to the presence of high voltage systems on-site. The work is anticipated to take approximately two weeks during the ship's availability, with performance locations in Bahrain, Dubai, or Oman. Key requirements include the provision of necessary materials such as antennas and switching equipment, modifications to existing structures, and installation procedures detailed in the Statement of Work (SOW). Contractors must be registered with the System for Award Management (SAM) and adequately address safety and quality assurance protocols. Further evaluations will be based on technical compliance, pricing, and past performance. The government may make a single award based on the most advantageous offer. This procurement highlights emphasis on small business participation, with additional provisions for utilizing service-disabled veteran-owned businesses.
    The document is an amendment to a solicitation issued by the U.S. Navy, specifically regarding contract N0040625R0008. Key updates include an extension of the solicitation due date to January 27, 2025, changes in the anticipated availability of the ship from January to a new window of March 9 to May 11, 2025, and modifications to the evaluation criteria. The amendment requires contractors to submit detailed technical requirements in their offers, including compliance statements and specifications of the offered products or services. Pricing criteria are also clearly defined, emphasizing the need for a breakdown of costs, including technician rates and materials. Additionally, the evaluation will consider past performance, highlighting the importance of overall quality and delivery performance. The amendment outlines the necessity for acknowledgment of these changes by potential offerors and reinforces the importance of compliance with the adjusted terms. This document serves as a critical communication tool in the federal procurement process, ensuring transparency and adherence to updated solicitation guidelines.
    The document outlines a solicitation by NAVSUP Fleet Logistics Center Puget Sound for a firm-fixed-price contract to replace the existing TV-DTS Satellite system with the SEATEL DTS Satellite System aboard a military vessel. The closing date for proposals is February 4, 2025. The work is set to take place in either Bahrain, Dubai, or Oman, with an anticipated performance period that allows for onboard work lasting up to two weeks. Offerors must comply with a non-manufacturer rule class waiver and are required to submit questions by two days before the closing time. The contractor will oversee several tasks, including the removal of the existing system, installation of the new equipment, and necessary modifications to the ship's structure and electrical systems. Quality assurance and safety requirements are stressed, given the presence of high voltage systems. Evaluation criteria for proposals emphasize technical compliance, price, and past performance. Registered vendors on the System for Award Management (SAM) are eligible for consideration, which is crucial for government awards. Key documents highlight specific guidelines on payment submissions through the Wide Area Workflow (WAWF), ensuring efficient transaction processing. This solicitation demonstrates the government's ongoing effort to modernize military communication systems while encouraging small business participation.
    This government document is an amendment to solicitation/modification of contract N0040625R0008, issued by NAVSUP FLC Puget Sound. Key changes include an extension of the proposal due date from January 27, 2025, to February 4, 2025, at 12:00 PM PST, and a shift in the anticipated ship availability dates from March 9, 2025, to a new range of March 23, 2025, through May 25, 2025. The contact information for further inquiries is provided, specifically referencing Joseph M. Ibrahim from the U.S. Navy. The document outlines methods for bidders to acknowledge receipt of the amendment and emphasizes the importance of timely acknowledgment to avoid rejection of offers. The modifications also include changes to the delivery schedule for a specific line item related to the Military Sealift Command. The overall purpose of this amendment is to ensure clarity and provide updated information to vendors in the context of federal contracting processes, thereby enhancing organizational efficiency and compliance with regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R426--TV Programming Services for Puget Sound VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for TV Programming Services for the Puget Sound VA Health Care System, specifically for DirecTV programming across its Seattle and American Lake Campuses. The contract will cover a base year and four option years, running from February 1, 2026, to January 31, 2031, and will require the provision of 50-100 channels, utilizing existing DirecTV equipment while adhering to federal safety and security regulations. Interested small businesses must submit their offers, including a signed SF 1449 and proof of authorized DirecTV dealership, by the response deadline of December 19, 2025, at 3:00 PM Pacific Time, with further inquiries directed to Contracting Officer Peter Park at Peter.Park2@va.gov.
    BODY,DYNAMIC SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of eight units of the Body, Dynamic Seal, designated under NSN 5820 011586886. This procurement is a 100% small business set-aside and aims to fulfill the requirements for use on Navy submarines, emphasizing the need for compliance with stringent quality and inspection standards. The evaluation of proposals will consider both price and non-price factors, including delivery lead time and past performance, with the contract award expected to be made based on the best value to the government. Interested parties should direct inquiries to Sagan Kakkar at 717-605-9121 or via email at sagan.kakkar.civ@us.navy.mil, with proposals due in accordance with the solicitation timeline.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    70--DVD,CER LAPTOP
    Dept Of Defense
    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.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of Receiver-Transmitter units under a federal contract. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the units to a Ready for Issue (RFI) condition, with a stipulated repair turnaround time of 180 days after receipt of the asset. These units are critical for airborne radio and television communication, emphasizing their importance in military operations. Interested contractors can reach out to Chad M. Fichter at 215-697-2782 or via email at chad.m.fichter.civ@us.navy.mil for further details and to express their interest in this opportunity.
    59--ANTENNA CONTROL SUB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Antenna Control Sub (NSN 5985011840254). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The items will be utilized in various military applications, emphasizing the importance of reliable communication systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to DibbsBSM@dla.mil.