SEATEL DIRECT TO SAILOR (DTS) HDTV SYSTEM
ID: N0040625R0008Type: Presolicitation
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
  1. 1
    Posted Dec 5, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 5, 2024, 12:00 AM UTC
  3. 3
    Due Dec 9, 2024, 6:00 PM UTC
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
Jan 29, 2025, 5:06 PM UTC
Dec 18, 2024, 7:06 PM UTC
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.
Jan 8, 2025, 5:05 PM UTC
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.
Jan 8, 2025, 5:05 PM UTC
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.
Jan 29, 2025, 5:06 PM UTC
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.
Jan 29, 2025, 5:06 PM UTC
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
Solicitation
Presolicitation
Similar Opportunities
Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Systems
Buyer not available
The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is soliciting proposals for the Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Systems. This procurement aims to enhance surveillance capabilities for launch and recovery operations, emphasizing the need for advanced audio and video equipment manufacturing. The selected contractor will play a crucial role in providing systems that ensure effective monitoring and safety during critical operations. Interested small businesses are encouraged to reach out to Kelly Gray at kelly.e.gray13.civ@us.navy.mil or call 732-323-2287 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT) Terminals and Spares Production, MIDS-LVT Block Upgrade 2 (BU2) Retrofits, and Engineering Services to include Repairs
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is issuing a Full and Open Request for Proposal (RFP) for the production of Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT), associated spares, MIDS-LVT Block Upgrade 2 (BU2) retrofits, and engineering services, including repairs. The procurement aims to establish one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, which will feature a five-year ordering period to ensure the availability of critical communication equipment for military operations. The MIDS-LVT systems are vital for secure and reliable communication in various defense applications. Interested parties can reach out to Contract Specialist Rodrigo Peraza at rodrigo.peraza.civ@us.navy.mil or call 619-587-9928 for further details regarding the proposal submission process.
59--DRIVE,ANTENNA UNIT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a DRIVE, ANTENNA UNIT, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the delivery of six units, with specific quality assurance and inspection standards, including compliance with ISO 9001 and MIL-STD-129 for marking. These units are critical for military applications, particularly in naval operations, where reliable communication equipment is essential. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Tonya Nearhood at Tonya.Nearhood1@navy.mil or by phone at 717-605-1649.
Refurbishment of Antenna Tilt Groups
Buyer not available
The Department of Defense, through the Department of the Navy's NIWC Atlantic, is soliciting proposals for the refurbishment of the OA-9243A(V)3 Antenna Tilt Group. This procurement aims to restore and enhance the functionality of critical antenna equipment, which plays a vital role in military communications and operations. Interested contractors who believe they can fulfill the requirements of this solicitation are encouraged to respond, noting that this solicitation is distinct from previous notices due to differing funding appropriations. For further inquiries, potential bidders can contact Contract Specialist Bryce W Wasser at bryce.w.wasser.civ@us.navy.mil or by phone at 843-209-2843.
PROJECTOR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking bids for the procurement of optical projectors and related equipment under solicitation number SPMYM2-25-Q-1457. This opportunity is a total small business set-aside and aims to acquire brand-name items, specifically the Starrett HB400-2ME Optical Projector, which is crucial for compliance with new inspection requirements at the Puget Sound Naval Shipyard. The selected equipment will be utilized for condenser tubing measurements and must meet strict technical standards to ensure compatibility with existing systems. Interested vendors must submit their quotes by April 22, 2025, and are encouraged to contact Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075 for further inquiries.
High Power Transmission Equipment (HPTE) Development, Integration, Production, and Installation of the Very Low Frequency (VLF) Solid State Transmission Equipment
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is seeking potential sources for the development, integration, production, and installation of a 1 to 2 Mega Watt Solid State transmitter system for Very Low Frequency (VLF) High Power Transmission Equipment (HPTE) Broadcast Transmit Stations. This initiative aims to establish a cost-effective common solution that will enhance the Department of the Navy's capabilities in information technology and communications. The opportunity is currently in the Request for Information (RFI) stage, with responses due by March 26, 2024, and interested parties must submit a Non-Disclosure Agreement (NDA) to access relevant technical documentation. For further inquiries, contact Contract Specialist Michael W. Ferlo at michael.w.ferlo.civ@us.navy.mil or by phone at 619-857-9996.
70--DISPLAY
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 36 units of a DISPLAY as part of a firm-fixed-price contract. The primary objective is to manufacture and supply the specified DISPLAY units, with a focus on compliance with quality assurance standards and government inspection requirements. These units are critical for various applications within the Navy, emphasizing the importance of reliability and adherence to specifications. Interested vendors must submit their proposals electronically by May 9, 2025, and are encouraged to include small business subcontracting plans. For further inquiries, potential bidders can contact Alexander S. Craft via email at ALEXANDER.S.CRAFT.CIV@US.NAVY.MIL.
DIGITAL SIGNAGE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a stand-alone on-premises digital signage solution. This procurement includes the supply, installation, and maintenance of digital signage systems, with a firm-fixed price arrangement for various service categories such as equipment installation and ongoing support. The project is critical for enhancing communication and information dissemination within the facility, and all materials must comply with the Trade Agreements Act (TAA). Interested vendors must submit their quotes by April 21, 2025, and are encouraged to attend a site visit on April 9, 2025, to better understand the requirements. For further inquiries, vendors can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.
RFQ - Netgate and Aruba Components (SDVOSB Set-a-Side)
Buyer not available
The Department of Defense, through the Fleet Logistics Center in San Diego, is soliciting quotes for the acquisition of components to assemble 11 SEA2 kits intended for installation on 11 CNSP FDNF ships, with funding sourced from FY25 O&MN resources. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of engaging veteran-owned enterprises to enhance the Navy's logistical support and readiness prior to deployment. Interested vendors are required to submit proposals detailing pricing, lead times, company information, relevant experience, and certifications, with submissions due by April 21, 2025, at 3:00 PM PST, to the designated contract specialist, Jennifer Stevens, via email at jennifer.k.stevens7.civ@us.navy.mil. Hardcopy and facsimile submissions will not be accepted, and inquiries must be made through email only.
Television Receivers
Buyer not available
The Department of Defense, through the Defense Media Activity (DMA), is soliciting quotes for the procurement of television receivers and related commercial products and services under solicitation number HQ0516-25-Q-E024. This opportunity is specifically set aside for Women-Owned Small Businesses (WOSBs) and includes detailed specifications for various types of video decoders, licenses for video standards, and service agreements, all of which must comply with Section 508 accessibility standards. The acquisition aims to enhance the capabilities of the Defense Media Activity, with quotes due by 4:00 PM EDT on April 25, 2025, and questions accepted until April 17, 2025. Interested vendors should submit their quotes via email to the designated contacts, Anthony Leander and Stephen Dimitriou.