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
70--CROSS DOMAIN SERVER
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 27 units of the CROSS DOMAIN SERVER, specifically the spare part NSN 1RM 7010 016685568, from Marotta, the Original Equipment Manufacturer (OEM). This procurement is critical as it involves the acquisition of a unique server component necessary for operational support, with no alternative sources available due to the lack of data rights for competitive procurement. Interested vendors are encouraged to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 2025. For inquiries, contact Michael J. Brown at (215) 697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
Build to Print Machined Parts for Solid State Heading Sensors
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking bids for the procurement of build to print machined parts, specifically heading sensor sleeves and end caps, under a Firm Fixed Price contract. This solicitation emphasizes small business participation and requires compliance with strict technical specifications outlined in export-controlled drawings, which are accessible only to registered Department of Defense contractors with Joint Certification Program (JCP) certification. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and interested offerors must submit their quotes electronically by April 17, 2025, ensuring they are registered in the System for Award Management (SAM) and adhere to federal acquisition regulations. For further inquiries, potential bidders can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components in support of the MK 99 Fire Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources capable of supplying Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components to support the MK 99 Fire Control System. Interested firms must demonstrate their capabilities, including facility details, tooling, experience, and supply chain management, while also addressing potential barriers to entry and providing estimated unit prices and lead times for the components. This procurement is critical for maintaining the operational readiness of the MK 99 Fire Control System, which plays a vital role in naval defense operations. Interested parties should respond to the Request for Information (RFI) by contacting Michael Peduto or Robert Larkin, with responses limited to 30 pages and no deadline specified for submissions.
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.
H60 Bladefold Module Test Set & Servo Module Gen 2 Test Set
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals from qualified small businesses for the manufacture and delivery of the Blade Fold Module Test Set and Servo Module Gen 2 Test Set under solicitation N68335-25-Q-0002. This procurement aims to enhance operational capabilities for the H-60 Domestic program by ensuring that the test sets meet stringent military standards, including compliance with multiple military specifications and thorough acceptance testing protocols. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by 4:00 PM EST on March 4, 2025. For further inquiries, vendors can contact Michael Miller or Andrew J. Sieracki via email, with additional documentation available upon request.