Total Small Business Set Aside for Various Brands and Quantities of Spare & Repair Parts for the Clandestine Delivered Mine (CDM) Project, As Requested. See All Attachments.
ID: N61331-25-T-JC15Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for a total small business set-aside contract to supply various brands and quantities of spare and repair parts for the Clandestine Delivered Mine (CDM) project. The procurement involves a firm fixed-price purchase order for specific electronic components from authorized resellers of brands such as Molex, Texas Instruments, and Amphenol, among others, as detailed in the attached documentation. This acquisition is critical for maintaining the operational readiness of the CDM system, with a total of 22,805 items required, emphasizing the importance of brand compliance to meet stringent technical specifications. Interested vendors must submit their quotes by April 24, 2025, to Jessica Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all submissions include the required price list and comply with federal procurement standards.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for purchase orders featuring various electrical and electronic components, specifically detailing connectors, diodes, relays, and integrated circuits from recognized manufacturers such as Molex, Amphenol, and Texas Instruments. Each item is listed with a description, manufacturer part number, quantity, and unit price, indicating intended volume procurement for government use. The action aims to establish firm fixed-price purchase orders for authorized resellers of specified brands to secure the lowest price offers. Essential for government contracting, this procurement process ensures the acquisition of quality components necessary for various federal projects. The overall focus is on maintaining compliance with industry standards while fostering efficient supply chain practices through competitive bidding and brand specificity.
    The document outlines a parts list for a federal contract aimed at acquiring various electronic components and connectors. The list contains detailed information about each part, including the manufacturer, description, part number, and quantity required. Notable manufacturers featured include Molex, Bel Fuse, Panasonic, and Texas Instruments, among others. The components range from connectors, relays, and diodes to integrated circuits, with quantities listed from as few as 25 to as many as 5000 for certain items. This comprehensive inventory points to the project's requirements for electronic assembly or repair, emphasizing specific brand compliance. The context suggests that this acquisition aligns with government RFPs and grant funding, ensuring that each component meets procurement standards necessary for federal contracts. The document serves as an essential resource for suppliers and vendors to prepare competitive bids, supporting the government's initiative to maintain technological and operational efficacy in related projects.
    The document outlines contract delivery and performance guidelines, as well as key statutory and regulatory clauses relevant to federal procurement processes, particularly emphasizing Navy contracting practices. Section F details delivery terms, specifying F.O.B. (Free on Board) options for shipments. Section G covers electronic payments and necessary reporting templates. Section I lists essential contract clauses related to compensation reporting, system management, and safeguarding of contractor information systems, along with prohibitions against certain telecommunications and software. Sections K and L touch on representations and information required from offerors, including certifications and compliance with federal mandates aimed at ensuring fair contracting practices and supporting small businesses. Section M outlines evaluation factors for contract awards emphasizing value, cost, and past performance. Further, provisions regarding the use of Navy support contractors for managing official contract files underscore confidentiality obligations and the handling of sensitive information. There are also detailed instructions on administrative contacts and contractor invoicing practices. Overall, the document serves to enforce compliance, clarity, and transparency within the contracting process, reflecting federal mandates and procurement integrity standards.
    The Naval Sea Systems Command is initiating a procurement process for spare and repair parts for the Clandestine Delivered Mine (CDM) project through a Limited Source Justification document. This acquisition will involve a firm-fixed-price purchase order exclusively from authorized resellers of specified manufacturers, including Molex, Amphenol, and Texas Instruments, as these parts are critical for maintenance and functionality of the CDM system. The government has verified the necessity of these items, emphasizing that only the listed brands meet precise technical requirements, and alternative parts would increase costs due to additional labor and tooling. The procurement is conducted under simplified acquisition procedures with a total estimated value above micro-purchase thresholds but within the simplified acquisition limit. Market research was not deemed necessary since the specified parts are only available from the outlined vendors. The Contracting Officer has confirmed that this approach ensures the lowest total cost for the government while meeting stringent operational readiness needs for the fleet. The parts list attached includes a total of 22,805 items, highlighting the extensive inventory required for system maintenance.
    Similar Opportunities
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    59--MAINTENANCE KIT,ELE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Maintenance Kit (NSN 5935-01-627-2386) essential for electronic equipment maintenance. The requirement includes a quantity of 93 units to be delivered to the Norfolk Naval Shipyard, with a delivery deadline of five days after award. This procurement is crucial for ensuring the operational readiness of military electronic systems, highlighting the importance of reliable maintenance supplies. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    ELECTRONIC COMPONENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting offers for the procurement of electronic components, specifically identified by NSN 5998-99-485-3369 and part number CS1997. This solicitation, SPRDL1-25-R-0234, requires a base quantity of 34 units, with an option for an additional 34 units, to be delivered within 240 days after contract award to DLA Distribution Anniston. The procurement is restricted to the approved source, Pearson Engineering (CAGE K0824), and emphasizes compliance with military packaging standards and unique item identification requirements. Interested vendors must submit their offers electronically and ensure they are registered on SAM.gov for document access, with all submissions due by the specified deadline. For further inquiries, contact Alexandra Stone at alexandra.stone@dla.mil or by phone at 586-230-7255.
    Total Small Business Set Aside Brand Name: EnDAQ- Piezoelectric W Series Wireless Shock Sensors
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is soliciting quotes for a Total Small Business Set-Aside for the acquisition of EnDAQ Piezoelectric W Series Wireless Shock Sensors. This procurement aims to secure six units of these specialized sensors, which are essential for classified prototype system testing related to the clandestine delivered mine MK 68, as they are the only brand compatible with existing equipment and provide necessary data recording capabilities. Interested vendors must submit their quotes, including unit prices, shipping costs, and lead times, by December 22, 2025, at 11:00 a.m. Central Time, to Terra Roberts at terra.s.roberts.civ@us.navy.mil. The total contract value is under $350,000, and the government will evaluate submissions based on best value criteria, including price, delivery, quality, and past performance.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    Data Cables
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC Dahlgren), is seeking proposals for the procurement of Data Cables, specifically the D1 EOD Receiver Data Cables (Manufacturer's Part Number: CBL-DATA-2005) from Persistent Systems LLC. This requirement is critical as the cables are currently in use, and introducing alternatives would necessitate extensive redesign and testing, potentially delaying operations by over a year. The contract will be awarded on a sole source basis, with a firm fixed-price arrangement for 50 units, and proposals are due by December 23, 2025, with an anticipated award date of January 23, 2026. Interested parties should contact Karen Major at karen.l.major7.civ@us.navy.mil or call 540-742-8863 for further details.