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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 5:00 PM UTC
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
Jan 21, 2025, 8:04 PM UTC
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.
Jan 21, 2025, 8:04 PM UTC
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
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Hyperspectral Imaging System Purchase
Buyer not available
The Department of Defense, specifically the Engineer Research and Development Center (ERDC) Cold Regions Research and Engineering Laboratory (CRREL), is seeking quotes for the purchase of a hyperspectral imaging system with shortwave-infrared capabilities, to be delivered to Hanover, New Hampshire. This procurement aims to acquire a single system essential for conducting sub-surface soil studies in extreme environmental conditions, requiring specifications such as a shortwave infrared range of 1.0 – 2.5 micrometers and an operating temperature range of -20 to +40 degrees Celsius. The selected vendor will be awarded a purchase order based on the lowest priced, technically acceptable offer, with all submissions due electronically by May 7, 2025. Interested small businesses must be registered in the System for Award Management (SAM) and can direct inquiries to William Rawe or Kim Roberson via their provided email addresses.
59--PHOTO SENSOR, WB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of photo sensors under the title "59--PHOTO SENSOR, WB." This procurement aims to acquire commercial products that meet specific technical and quality requirements, as outlined in the solicitation documents, which include various inspection and acceptance criteria. The photo sensors are critical components for military applications, ensuring reliable performance in various defense systems. Interested vendors should direct inquiries to Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL, and are reminded that pricing for quotations must remain valid for 60 days post-submission.
PORT SENSOR ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a Port Sensor Assembly. This contract involves the purchase of spare parts that must be manufactured, tested, and inspected in accordance with specified military standards and drawings, with particular emphasis on compliance with engineering source approval requirements. The components being acquired are classified as "critical," necessitating that only companies with prior approval from Naval Air Systems Command are eligible for award, although any company may submit a source approval request. Interested parties can reach out to Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further information regarding this solicitation.
Seafloor Mapping Software
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of SonarWiz Office Sidescan and Multibeam Bathymetry post-processing software, specifically requiring 18 new software licenses along with extended maintenance agreements for both new and existing licenses. This software is critical for supporting various commercial undersea sensors and must comply with operational standards, including usability on classified SOCOM networks, emphasizing the importance of security compliance and ongoing technical support in federal procurement processes. Interested small businesses must submit their bids by April 30, 2025, with the selection process following a Lowest Price Technically Acceptable (LPTA) approach, and can direct inquiries to Ramon Jimenez at ramon.jimenez.7@us.af.mil or Yvette Prioleau at yvette.prioleau.1@us.af.mil for further details.
NSWCCD BN or Equal Small Form Factor 6-axis Force and Torque Transducers and Mounts
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for Brand Name or Equal Small Form Factor 6-Axis Force and Torque Transducers and Mounts, specifically the ATI Industrial Nano25 model or equivalent. The procurement aims to acquire transducers that meet stringent technical specifications, including measurement capabilities across six axes, waterproof ratings, and specific mounting requirements, to enhance military applications. This solicitation is set aside for small businesses, with quotes due by April 28, 2025, and all inquiries directed to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil. Interested vendors must ensure compliance with the outlined specifications and submit their quotes in accordance with the provided guidelines.
Mount Telescope
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of Mount Telescopes, identified by NSN 6650-01-340-6082 and Government Part Number 9356166. This opportunity is a total small business set-aside and involves a five-year Indefinite-Quantity Indefinite-Delivery (IDIQ) contract, with a minimum guaranteed quantity of 69 units and a maximum of 2,274 units over the contract period. The telescopes are critical for military applications, and compliance with Nuclear Regulatory Commission licensing requirements is mandatory for contractors. Interested parties must submit their proposals by May 7, 2025, at 3:00 PM EST, and can contact Donald Merkle at donald.merkle@dla.mil or 586-335-8436 for further information.
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.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
66--TEST SET,OPTICAL PO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Optical Test Set (NSN 6650015094844). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the NAICS code 333310 for Commercial and Service Industry Machinery Manufacturing. The goods are critical for various defense applications, ensuring the functionality and reliability of optical equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.