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
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 29, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 8:00 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
Viasat Modules
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Viasat Modules, specifically modems and development boards essential for establishing global communications capabilities. The procurement includes six Viasat ELERA-C hubs, eight development boards tailored for L-band operations, and necessary testing support, with a focus on utilizing proprietary technologies for effective communication system validation. This opportunity is critical for enhancing communication capabilities within the Department of Defense, and interested vendors must submit their quotations by April 15, 2025, with an anticipated award date by May 15, 2025. For inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or call 540-742-8849.
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.
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.
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.
58--CONTROL,INTERCOMMUN
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 10 units of CONTROL, INTERCOMMUN systems under solicitation N00104. This contract requires the manufacture and supply of audio and video equipment, specifically intercommunication and public address systems, which are critical for operational communication in naval environments. The procurement process includes specific requirements for quality assurance, packaging, and compliance with government standards, with a due date for quotes extended to April 5, 2024. Interested vendors should direct their proposals to Rachel Snyder via email at RACHEL.E.SNYDER@NAVY.MIL and ensure they meet all outlined specifications and documentation requirements.
59--SEAL,WAVEGUIDE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of the NSN 5985015825522 SEAL, WAVEGUIDE. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill critical requirements for electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions should be directed to the DLA Distribution Jacksonville within 154 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
PROJECTOR,SONAR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing sonar projector units. This procurement focuses solely on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not typically owned by the government. The repair process is critical for maintaining operational capabilities in underwater sound equipment, which plays a vital role in naval operations. Interested vendors must submit their proposals, including detailed pricing and repair timelines, by September 30, 2024, and can direct inquiries to Gordon Kohl at gordon.kohl@navy.mil or by phone at 717-605-3629.
DOTES Mounting Block
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the procurement of 65 DOTES Mounting Blocks under RFQ number N6660425Q0380. This opportunity is a total small business set-aside, requiring compliance with various cybersecurity standards, including JCP certification and a valid NIST SP 800-171 score. The awarded contract will be based on the Lowest Price Technically Acceptable criteria, emphasizing the importance of detailed submissions that include item quantities and unique identifiers. Interested vendors must submit their offers electronically by 1400 (EST) on April 11, 2025, and can direct inquiries to Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
59--ADAPTER,WAVEGUIDE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of waveguide adapters under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to secure a reliable repair turnaround time (RTAT) of 80 days for the specified equipment, which is critical for maintaining operational capabilities in radio and television broadcasting and wireless communications. Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the RTAT, with the offer due date extended to April 5, 2024. For further inquiries, potential bidders can contact MaCayla Welsh at 717-605-2338 or via email at macayla.n.welsh.civ@us.navy.mil.