Total Small Business Set Aside for Brand Name Altum - 1 each Altum PT Multispectral Sensor Kit
ID: N61331-25-T-TR11Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Aircraft Manufacturing (336411)

PSC

CAMERAS, MOTION PICTURE (6710)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking qualified vendors to provide a Total Small Business Set Aside for one Altum PT Multispectral Sensor Kit. This procurement is essential for the National Integration Strategy Environment (NISE) project, as the Altum PT Multispectral Sensor Kit is uniquely suited to meet the project's stringent requirements, particularly in harsh operational environments. The contract will be awarded based on best value considerations, including pricing, delivery, quality, and past performance, with a firm fixed price anticipated below $250,000. Interested vendors must submit their quotes to Terra Roberts via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow and providing a CAGE code.

    Files
    Title
    Posted
    The document outlines key contractual and administrative requirements for government contracts, specifically focusing on delivery terms, payment procedures, compliance clauses, and roles in contract administration. It details the terms for F.O.B. (Free on Board) origin and destination, mandates electronic payment requests through the Wide Area Workflow system, and establishes various contract clauses addressing issues such as telecommunications services banned from specific entities and internal confidentiality. It also specifies administrative protocols including roles of contract officers and representatives, points of contact, and operational hours, particularly during federal holidays where special delivery schedules may apply. There are guidelines on contractor responsibilities, particularly concerning communication and billing specifics within contract performance. Overall, the document serves to ensure compliance with federal contracting standards and policies, protecting government interests while clarifying expectations for contractors regarding performance, reporting, and operational protocols to facilitate effective contract management and oversight. This documentation is essential in guiding potential bidders on the necessary conditions and regulations that govern participation in government RFPs and grants.
    The document serves as a Limited Source Justification from the Naval Sea Systems Command for acquiring Altum brand multi-spectral sensor kits. The procurement is essential for a National Integration Strategy Environment (NISE) project, with detailed specifications confirming that the Altum PT Multispectral Sensor Kit uniquely meets the project’s requirements. The contract will use simplified acquisition procedures, with costs estimated below $250,000, reflecting market research that indicates Altum as the sole provider capable of fulfilling the Government's needs due to the equipment's unique performance in harsh environments and specific operational constraints. The Contracting Officer has determined that sourcing this specific brand represents the best value, ensuring the timely and effective integration of the sensor into the NISE project. Emphasizing urgency, the acquisition is imperative to avoid delays that would arise from testing alternative solutions. The document concludes with the acknowledgment that no other supplier could meet the requirements, reinforcing the necessity for exclusive procurement from Altum.
    Lifecycle
    Similar Opportunities
    Small Business Set Aside for 9 EA. Paroscientific Digiquartz brand equipment in accordance with drawings and additional attachments. Request Access to drawings through SAM. Provide your Cage Code when requesting access in SAM.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking small businesses to provide nine units of Paroscientific Digiquartz brand equipment, as outlined in the associated drawings and attachments. This procurement is critical for the NAVITTAR system, which is utilized for target detection in open ocean environments, and the specific models required include eight units of the 6000-200A and one unit of the 6000-300A Intelligent Transmitters. The acquisition is set aside for small businesses under the SBA guidelines, emphasizing the unique capabilities of Paroscientific's products to meet stringent technical specifications, with a streamlined procurement process aimed at ensuring delivery within four weeks post-award. Interested vendors should contact Jessica Clark at Jessica.D.Clark27.civ@us.navy.mil or Alan (Tyler) Bounds at alan.t.bounds.civ@us.navy.mil for further details and to request access to the drawings through SAM, providing their Cage Code as required.
    Skydio UAV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of Skydio X10D and Skydio X2D Unmanned Aerial Vehicles (UAVs) on a brand name basis, specifically targeting small businesses. The procurement aims to acquire UAVs that meet unique operational requirements of the Department of Defense, leveraging proprietary features such as specialized thermal sensors that integrate seamlessly with existing systems, thereby minimizing additional training and integration costs. Interested vendors must submit their quotes by 12:00 PM on March 13, 2025, with delivery of the UAVs required by March 31, 2025; for further inquiries, potential bidders can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil.
    LiDAR Sensor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of LiDAR sensors through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of search, detection, navigation, guidance, and aeronautical systems. The LiDAR sensors are critical for various military applications, enhancing capabilities in detection and navigation. Interested vendors can reach out to Pratheek Manjunath at pratheek.manjunath.civ@army.mil or by phone at 845-938-2825, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    58--THERMAL IMAGING SYS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Thermal Imaging Systems. The contract will require compliance with various specifications, including MIL-STD packaging and government source inspection, and will be awarded on a firm-fixed-price basis. These systems are critical for military applications, enhancing capabilities in search, detection, navigation, and guidance. Interested vendors must submit their quotes electronically to Matthew B. Takach at MATTHEW.B.TAKACH.CIV@US.NAVY.MIL, ensuring they meet the outlined requirements and provide necessary documentation to demonstrate authorized distributor status. The procurement process emphasizes the importance of traceability and compliance with quality assurance standards.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    Telescope and Relay Optic
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Firm Fixed Price (FFP) contract to procure a 16” aperture ruggedized Ritchey-Chretien telescope and Relay Optic for Vandenberg Space Force Base. This procurement is a total small business set-aside, emphasizing the need for specialized optical equipment that meets stringent specifications, including enhanced imaging capabilities and robust construction for operational resilience. The selected offeror will be evaluated based on the lowest price technically acceptable (LPTA) criteria, with quotations due by March 7, 2025, and prices held firm for 60 days post-submission. Interested parties should direct inquiries to Luciana De Casas at luciana.decasas@spaceforce.mil or Jake Hluska at james.hluska@spaceforce.mil for further details.
    Tableau Business Intelligence Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals from qualified small businesses for the procurement of Tableau Business Intelligence Software. The solicitation includes the acquisition of a Tableau Creator Server and a Tableau Viewer Server, with specific quantities and part numbers outlined, emphasizing that only authorized brands will be accepted. This procurement is crucial for enhancing data analysis and visualization capabilities within the Navy, ensuring compliance with current software standards and accessibility requirements under Section 508. Proposals are due by 2:00 PM on March 13, 2025, and interested parties can contact William Henry Morton at william.h.morton39.civ@us.navy.mil or 484-358-2255 for further information.
    20--Universal Sonar Mount (USM) system replacement
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Teams (NRTs) to enhance operational efficiency in hydrographic surveys and emergency responses. The procurement involves acquiring six Hightower Sonar Mount systems and related components, which must be compatible with existing equipment on NOAA vessels, as the current systems have reached the end of their operational life. This equipment is critical for maintaining navigational charts and ensuring effective emergency response capabilities. Interested small businesses must submit their quotations electronically by March 12, 2025, with contract awards anticipated around March 31, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    RFQ- IF1200A Hexacopter drones, and equipment (Amend 3)
    Buyer not available
    The Department of Defense, specifically the Army's Combat Capabilities Development Command, is seeking proposals for the procurement of IF1200A Hexacopter drones and associated equipment under a Total Small Business Set-Aside. The primary objective is to acquire Unmanned Aircraft Systems (UAS) equipped with a Gremsy VIO EO/IR Sensor Payload, which are essential for Short Range Reconnaissance missions and must comply with stringent regulatory requirements set forth by the Department of Defense. This procurement aligns with the FY2020 National Defense Authorization Act, emphasizing the military's commitment to utilizing compliant, domestic UAS technology to enhance operational capabilities. Interested vendors should direct inquiries to Edmund Bousaleh at edmund.j.bousaleh.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil, with a delivery timeline of 30 days post-order receipt and invoicing managed through the Wide Area Workflow (WAWF).