HATTELAND BRAND MONITORS
ID: N6449826Q0301Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

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

    The Department of Defense, specifically the Naval Sea Systems Command through the NSWC Philadelphia Division, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of 141 Hatteland Technology brand monitors. These monitors are critical for the Navy’s Machinery Control Systems (MCS) Tech Refresh initiative, aimed at replacing outdated legacy equipment with modern, compatible technology. The contract is structured as a Firm Fixed Price arrangement, with delivery expected by August 7, 2026, to the NSWC facility in Philadelphia, Pennsylvania. Interested vendors should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the solicitation closing date set for December 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Sea Systems Command, Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking approval for a brand-name justification to acquire Hatteland Technology monitors. These monitors are essential for the Machinery Control Systems (MCS) Tech Refresh, replacing end-of-life legacy monitors. The justification cites 41 U.S.C. 1901(e)(2) for sole-source acquisition due to the unique physical and functional specifications of the Hatteland HM 21T22 UNX-MA1-2OVA display, which are critical for compatibility with existing shipboard enclosures and MCS software. Market research found no other commercially available ruggedized monitors that met the exact dimensions, attachment points, port configurations, operating temperature, aspect ratio, and resolution requirements without significant modifications, non-recurring engineering costs, and unacceptable delays. Efforts to solicit offers included contacting authorized Hatteland resellers and posting an RFI and synopsis on SAM.gov, identifying multiple acceptable sources for the brand-name product. The anticipated cost is deemed fair and reasonable, with no current plans to compete future contracts for these specific supplies due to the unique requirements.
    This government solicitation, N6449826Q0301, is for Women-Owned Small Businesses (WOSB) to provide 141 Hatteland Technology brand monitors. These monitors are crucial for the Navy’s Machinery Control Systems (MCS) Tech Refresh, replacing outdated equipment. The contract is a Firm Fixed Price arrangement, with delivery requested by August 7, 2026, to NSWC Philadelphia. Key clauses address commercial supplier agreements, data rights, and organizational conflicts of interest. Invoicing is electronic via Wide Area WorkFlow (WAWF), with specific instructions for document types and routing. The solicitation also outlines requirements for packaging, marking, warranty notification, and compliance with federal regulations such as Section 508 accessibility standards and various FAR and DFARS clauses governing commercial items and ethical conduct. Payment processes, including prompt payment to small business subcontractors, are detailed, alongside policies for government holidays and facility operations. The Procuring Contracting Officer (PCO) is Shawn Waters, and the Technical Point of Contact (TPOC) is Mitch Soper.
    Lifecycle
    Title
    Type
    HATTELAND BRAND MONITORS
    Currently viewing
    Solicitation
    Similar Opportunities
    RDT&E Tech Refresh
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Philadelphia Division, is seeking proposals for the procurement of laptops, workstations, and portable hard drives as part of the RDT&E Tech Refresh initiative. This procurement aims to support CODE 60 Logistics in scanning hardware, software, and IT equipment, with specific requirements for high-performance computing devices, including robust specifications for processors, memory, graphics, and security features. The total acquisition is valued at approximately $34 million and is set aside for Women-Owned Small Businesses (WOSB), with deliveries requested by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details and to ensure compliance with federal regulations throughout the procurement process.
    DISPLAY UNIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for three 19" flat panel display monitors, identified by part number K9346700, from the manufacturer Scioteq LLC. These monitors are essential for operational use and must be individually packaged and marked according to military standards, ensuring compliance with specific packaging and labeling requirements. Interested vendors must submit their quotations via email to the primary contact, Eric Goldstein, by December 11, 2025, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable, under a Firm Fixed Price Contract.
    I/O Cables
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of fully assembled Input/Output (I/O) cables. This procurement aims to replace obsolete components in the Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment, requiring the delivery of 1,075 I/O cable assemblies that meet stringent specifications and security requirements. The contract emphasizes the importance of preventing counterfeit materials and adhering to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, with deliveries due by October 15, 2026. Interested parties should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the solicitation closing on December 22, 2025.
    Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide workstations as outlined in the attached Statement of Work (SOW). The procurement is for new commercial items, with a strict requirement that no refurbished or used parts will be accepted. These workstations are critical for shipbuilding and repairing operations, ensuring that the Navy maintains its operational readiness and efficiency. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they can find the solicitation details under RFQ number N5005426Q0046 on the System for Award Management (SAM) or Procurement Integrated Enterprise Environment (PIEE) websites. For further inquiries, potential bidders can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779.
    PWB LIN SVO V AMPL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    FMS REPAIR - QTY 2 - NIIN 014178763
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two Receiver-Transmitter units under solicitation number N0038326QN058. This opportunity is specifically targeted towards Women-Owned Small Businesses (WOSB) and includes detailed requirements for packaging, marking, inspection, and acceptance, adhering to military and commercial standards for preservation and packing. The goods are critical for military communications, emphasizing the importance of compliance with configuration management and reporting protocols. Interested vendors should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details and to ensure participation in the procurement process.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    58--RUGGED FLAT PAN DSP
    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 the Rugged Flat Pan DSP, a critical component in military communication systems. This contract requires the manufacture and supply of a specific display controller, the ELO E658721, essential for the successful build of the PM15XG-3D-EB3V2 system. The procurement is vital for ensuring operational readiness and effectiveness in naval operations, with a focus on quality assurance and compliance with military standards. Interested vendors should contact Catherine H. Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil for further details and to submit proposals, as the contract will be awarded bilaterally and requires written acceptance prior to execution.
    Display Unit NSN 7025-01-571-6117
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Troop Support (DLATS), is preparing to issue an unrestricted Request for Proposal (RFP) for the acquisition of a Display Unit associated with NSN 7025-01-571-6117. This procurement aims to secure a fixed-price contract for the manufacturing of the display unit, which is critical for IT and telecom storage products, with a production lead time of 365 days after receipt of order. The anticipated award date for this contract is March 31, 2026, and all proposals must adhere to the Lowest Price Technically Acceptable evaluation criteria. Interested vendors should prepare to submit their proposals via the DLA Internet Bid Board System (DIBBS) once the solicitation is posted, and they can contact Carmen Nieves at 215-737-5455 or via email at Carmen.Nieves@dla.mil for further information.
    DISPLAY UNIT
    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 a DISPLAY UNIT. This contract involves the manufacture and supply of the DISPLAY UNIT, which is critical for various military applications, ensuring operational readiness and efficiency. The procurement is governed by specific quality assurance and inspection requirements, with a focus on compliance with military standards and documentation. Interested vendors should contact Stephen A. Knox at 717-605-6805 or via email at STEPHEN.A.KNOX.CIV@US.NAVY.MIL for further details, as the solicitation requires written acceptance from the contractor prior to execution.