Concurrent Technologies MS Processor Blades
ID: N0016725Q1016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, 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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Monitoring System Processing Blades from Concurrent Technologies Inc. This procurement is essential for the Total Ship Monitoring System utilized in various U.S. submarine classes, as the items required are proprietary and critical for real-time data collection during acoustic trials. Interested vendors must submit a capabilities statement by 12:00 PM EST on April 4, 2025, to the primary contact, Michael S. Brodie, at michael.s.brodie7.civ@us.navy.mil, as this opportunity is set aside for small businesses and is not a request for competitive quotes.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a solicitation for Monitoring System Processing Blades, intended for purchase from Concurrent Technologies Inc., as it's deemed the only source available. This procurement falls under FAR guidelines, specifically FAR Part 13.106-1(b), allowing for sole sourcing when justified. Interested parties must submit a capabilities statement by 12:00 PM EST on April 4, 2025, although this is not a request for competitive quotes. The scope includes several items: a 2.5-inch SATA Drive mounting kit, a processing blade with a 6-core XEON processor, and related shipping services, all required in specific quantities. Inspection and acceptance of deliveries will occur at the NSWCCD facility in Silverdale, WA. The contract's terms reflect standard federal acquisition regulations and emphasize unique identification for items valued over $5,000. This document serves to outline the Government's intent for procurement, ensuring that interested vendors are informed of requirements and submission processes, while also setting conditions for potential competition in future acquisitions, despite the current sole-source situation.
Apr 1, 2025, 5:04 PM UTC
The NSWCCD document outlines a Sole Source Justification for an acquisition under the Simplified Acquisition Threshold, permitting procurement from a single source due to specific needs. It cites the Federal Acquisition Regulation (FAR) that allows for such practices if circumstances limit competition. The document details three necessary items from Concurrent Technologies, Inc., essential for the Total Ship Monitoring System used in various U.S. submarine classes. The request emphasizes that these items are proprietary with restrictive rights and exclusive to the Original Equipment Manufacturer (OEM), making alternatives unacceptable. This procurement is critical for real-time data collection during acoustic trials to ensure operational efficiency of the submarines. The justification is rooted in the need for proprietary hardware configurations necessary for the monitoring subsystem, highlighting the limitations on competition in such specific cases. The document reinforces the importance of securing the required equipment to avoid disruptions in data collection capabilities during limited ship availability.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
IT Hardware Solution
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a market survey to identify industry interest and capability for an IT hardware solution as outlined in the attached Statement of Work. The procurement aims to support Naval Mission Planning Systems (NavMPS) with stringent requirements for hardware specifications, including a minimum of 16 CPU cores, 128 GB of ECC memory, and compliance with military standards for durability and performance. This initiative is critical for ensuring reliable and secure hardware in military applications, with a focus on new components sourced from certified manufacturers and integration conducted solely in the United States. Interested firms must respond to Andrea Farrell via email by 2 PM PST on April 10, 2025, providing detailed product descriptions, company information, and compliance documentation, as no reimbursement for response costs will be provided.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
VPX accessory components to include network cards, network expander cards and power supplies.
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for a Firm-Fixed-Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract for the procurement of brand-name VPX accessory components, including network cards, network expander cards, and power supplies. This procurement is critical for the Machinery Control Systems (MCS) Tech Refresh of multiple ships, ensuring the modernization and operational capability of aging systems. The total estimated value of the contract is approximately $12,071,630, with proposals due by April 17, 2025, at 12:00 PM EST. Interested vendors can contact William Devito at william.j.devito8.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil for further information.
NSWCCD Requirement for Brand Name or Equal Laptop Computers and Compatible Docking Stations with option quantities
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking bids for the procurement of brand name or equal laptop computers and compatible docking stations, with options for additional quantities. The solicitation is specifically set aside for small businesses and aims to acquire Dell Mobile Precision Workstations equipped with Intel Core i9 processors and compatible docking stations that meet specified technical requirements. This procurement is crucial for enhancing the Navy's research and development capabilities, ensuring compliance with Trade Agreements Act (TAA) standards. Interested vendors must submit their quotes by April 10, 2025, and direct any questions to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil by April 4, 2025.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. This equipment is essential for maintaining operational readiness and safety standards within the Navy. Interested vendors must submit their quotations electronically by April 9, 2025, and are encouraged to contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or 401-832-8020 for further details.
16--PROCESSOR,SPECIAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 41 units of a specialized processor identified by NSN 0R-1680-016662269-V2. The procurement is characterized as a presolicitation notice, indicating that the design of the part is currently unstable, with anticipated major changes that may render the existing configuration obsolete. This processor is critical for various applications within the Navy, and the government intends to negotiate with only one source under FAR 6.302-1, although all responsible parties are encouraged to express their interest and capability. Interested vendors should contact Joshua J. Seltzer at (215) 697-2849 or via email at joshua.j.seltzer@navy.mil for further details, with proposals due within 45 days of the notice publication.
58--MECH SUB-ASSY STBD, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the MECH SUB-ASSY STBD, with a focus on two units requiring repair and eight units needing both repair and upgrade. This procurement is critical for maintaining operational readiness, as the items are essential components in naval operations, and the government emphasizes a rapid turnaround time of 90 days post-receipt of assets. Interested contractors must adhere to strict requirements, including compliance with MIL-STD packaging and the submission of detailed quotes, with the solicitation period extended through June 6, 2025. For further inquiries, potential bidders can contact Randy Stoker at 717-605-4682 or via email at RANDY.STOKER1@NAVY.MIL.
61--MONITOR,MODULE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure a monitor module for repair or modification, identified by NSN 7H-6110-991675193. The procurement involves a quantity of one unit, with delivery terms set as FOB Origin, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive sourcing or reverse engineering of this part. Interested parties are invited to express their interest and capability to fulfill this requirement, although the government intends to negotiate with only one source under FAR 6.302-1. Proposals or capability statements must be submitted within 45 days of the notice publication, and all inquiries should be directed to Kaitlyn Mounts at (717) 605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil.
70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a computer subassembly, specifically NSN 7RH 7021 016447146, from Marotta, the Original Equipment Manufacturer (OEM). The procurement involves the repair of two units of the specified part, which is critical for maintaining operational capabilities, and no alternative sources are currently approved to provide this service due to the lack of available data. Interested parties are encouraged to submit their capabilities and qualifications via email to Michael J. Brown at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals due within 45 days of the notice publication, and the anticipated award date is set for July 2025.
PROPELLER,MARINE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of marine propellers under the NAVSUP Weapon Systems Support Mechanic program. The procurement focuses on the repair of a Left Hand (LH) LCU 1600 Class Propeller, which is critical for naval operations and requires adherence to strict military standards for manufacturing, inspection, and testing. Interested contractors must submit their quotes electronically by April 7, 2025, and ensure compliance with various requirements, including a specified Repair Turnaround Time (RTAT) and the provision of detailed pricing and capacity constraints. For further inquiries, potential bidders can contact Taylor Arroyo at 717-605-2383 or via email at taylor.r.arroyo2.civ@us.navy.mil.