IOC Upgrade
ID: N6449824Q5173Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWC PD), is seeking qualified vendors to provide a software upgrade for the Navigation Critical Distribution System (NCDS), specifically transitioning the Input Output Controller (IOC) software from VxWorks to Red Hat Linux. This procurement includes the acquisition of a Red Hat Enterprise Linux Development License, Network Interface Cards, and RHEL server subscriptions, aimed at enhancing navigation data handling and ensuring compatibility with mission requirements. The selected contractor will be responsible for software development, testing, and configuration tasks, adhering to strict quality assurance and compliance standards critical for Navy operational capabilities. Interested vendors must submit a Joint Certification Program (JCP) certificate by September 3, 2024, to receive the necessary design drawings, with quotations due by September 10, 2024. For further inquiries, contact Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Philadelphia Division (NSWC PD) has issued a Request for Quotations (RFQ) for specific software and hardware items integral to the Navigation Critical Distribution System (NCDS) currently utilized on Navy platforms. This RFQ seeks to obtain software development, including a Red Hat Enterprise Linux (RHEL) Development License and relevant hardware such as Network Interface Cards and RHEL server subscriptions. The procurement aims to enhance the Input Output Controller (IOC) software to ensure compatibility with mission requirements and improve navigation data handling. The submission deadline for quotations is set for September 10, 2024. Interested vendors must provide a Joint Certification Program (JCP) certificate by September 3, 2024, to receive essential design drawings. The RFQ emphasizes firm fixed pricing and the inclusion of testing and configuration tasks performed at both contractor facilities and the NSWC PD lab. Emphasis is placed on quality assurance, timely deliverables, and compliance with contract specifications as outlined in the accompanying statements of work and inspection criteria. The RFQ fosters partnerships with qualified contractors, ensuring stringent standards for software development and performance improvements critical for Navy operational capabilities.
    Lifecycle
    Title
    Type
    IOC Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.
    Input-Output Controller & Associated parts
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the procurement of twelve fully assembled Input-Output Controllers (IOCs) and associated parts for various U.S. Navy vessels, including the LHA 6 and LPD 32 classes. The procurement aims to enhance the Navigation Critical Distribution System (NCDS) by ensuring compliance with military standards and technical specifications, while also addressing challenges related to parts obsolescence and counterfeit prevention. This initiative is critical for maintaining the operational readiness and reliability of naval navigation systems. Interested small businesses must submit their proposals by the extended deadline of October 16, 2024, and can contact Shawn M. Waters at shawn.m.waters@navy.mil for further information.
    58--COMPUTER,DIGITAL DA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of nine units of a digital computer (NSN 7R-5895-016918321-VF, P/N: 9B-81116-1). The solicitation is for a spares delivery order, with specific requirements for manufacturing, testing, and inspection in accordance with the original equipment manufacturer (OEM) standards. These digital computers are critical components for various defense applications, and the procurement emphasizes the need for traceability and source approval documentation from suppliers other than the OEM. Interested vendors must submit their proposals, including a cost breakdown and any necessary supporting documentation, to the primary contact, Jaclyn Dooling, at Jaclyn.Dooling@navy.mil, by the specified deadline to be considered for the award.
    Cluster Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure upgraded cluster equipment to enhance its computing capabilities at the Weapons Division in China Lake, CA. The procurement includes a series of server builds and an Ethernet switch, with specific hardware requirements for various server types such as Head Node, Compute Node, Storage Node, and others, all of which must comply with the Trade Agreements Act (TAA). This upgrade is crucial for supporting government operations that rely on high-performance computing infrastructure. Interested vendors must be registered in the System for Award Management (SAM) and submit their written responses to the designated contacts, Christine Beltramo and Scott Hansen, by the specified response date.
    59--LICA,1553,VME PMC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 23 units of the LICA,1553,VME PMC, under solicitation number N00104. This procurement requires compliance with specific quality assurance and inspection standards, as the items are critical components in electronic systems, emphasizing the importance of reliability and performance in defense applications. Interested vendors must submit their quotes to Heather VanHoy via email by the extended deadline of April 15, 2024, and should note that the procurement will not be set aside for small businesses due to the unique capabilities required for this NSN. For further inquiries, vendors can contact Heather VanHoy at 717-605-3528 or via email at heather.vanhoy@navy.mil.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 519 Plant Watch & Oven Watch upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to Rexel for the provision of Rockwell Automation Software and Allen-Bradley Hardware components necessary for the ECMP 519 Plant Watch and Oven Watch upgrade. This procurement is critical as it involves specialized components that are essential for enhancing operational capabilities at the facility. The contract will be negotiated under the authority of 10 U.S.C. 2304 (C) (1), and interested parties are invited to demonstrate their capability to meet the requirements by submitting their responses by September 23, 2024, at 10 AM (EST). For further inquiries, vendors may contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil or Katy Gates at katy.m.gates.civ@us.navy.mil.
    70--PANEL PC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure four units of the PANEL PC, identified by NSN 7H-7025-016924379. This procurement is a total small business set-aside and is intended for supplies that the Government plans to solicit and negotiate with only one source due to the unavailability of data or rights needed for competitive procurement. The goods are critical for IT and telecom support, particularly in help desk and productivity tool applications. Interested parties must respond within 45 days of this notice, and all inquiries should be directed to Leigh E. Catchings at (717) 605-2864 or via email at Leigh.Catchings@navy.mil.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.