ASTi HW Upgrade
ID: N0017825Q6703Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to procure an ASTi hardware upgrade on a sole source basis from Advanced Simulation Technology Inc. This procurement includes various communication and audio equipment aimed at replacing an aging system to enhance internal and external communications capabilities at the facility, with specific requirements for server units, client licenses, audio distribution units, headsets, and software subscription services. Interested offerors must comply with the Trade Agreements Act (TAA) and submit their quotes by February 27, 2025, while ensuring registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (N0017825Q6703) issued by the Naval Surface Warfare Center Dahlgren Division (NSWCDD) for a commercial procurement of goods, specifically an ASTi hardware upgrade. The procurement is not open to small businesses and follows a Sole Source Basis for items manufactured by Advanced Simulation Technology Inc. The solicitation outlines various equipment, including server units, client licenses, audio distribution units, headsets, and software subscription services, with a total specified quantity for each item. The award will be based on a Lowest Price Technically Acceptable evaluation and requires compliance with the Trade Agreements Act (TAA). Interested offerors must register in the System for Award Management (SAM) and submit quotes by February 27, 2025. The document emphasizes the requirement of a firm fixed-price order and includes details on submission procedures, historical data, and necessary authorizations. Questions can be directed to the primary contact, Heather Wiley, via email.
    The document pertains to a federal Request for Proposal (RFP) issued by the Naval Surface Warfare Center Dahlgren Division (NSWCDD) concerning the acquisition of various communication and audio equipment. The primary objective is to replace an aging system to enhance internal and external communications capabilities at the facility. The specification includes hardware, licensing, installation support, and a custom user interface for operational management, outlining specific quantities and part numbers for items such as Voisus servers, audio units, and connectors among others. Significantly, the RFP emphasizes compliance with applicable government regulations and standards, including specific clauses for contract terms, payment instructions, and inspection acceptance. It mandates that the contractor provide a warranty for the supplied equipment, maintain security measures for information systems, and adhere to “buy American” provisions. The document structure includes detailed sections on instructions, requirements, delivery terms, and conditions of performance and payment processes. This proposal serves as a means for the U.S. government to procure essential technological upgrades while ensuring adherence to federal procurement standards and fostering compliance with small business utilization mandates.
    Lifecycle
    Title
    Type
    ASTi HW Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TEAMSPEAK SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is soliciting proposals for the procurement of a Virtual Server license specifically designed for 19 user slots, with a license duration of one year on a perpetual basis. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, emphasizing the government's commitment to promoting inclusivity in its procurement processes. The selected vendor must be an authorized reseller and ensure compliance with federal procurement regulations, as the license is critical for supporting government operations. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868 for further information.
    SYNTHESIZER ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture and supply of specific communication equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and government source inspection. The SYNTHESIZER ASSY is critical for use in naval operations, emphasizing the importance of compliance with stringent specifications to ensure operational reliability. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of May 15, 2025, with all submissions requiring a minimum quote expiration of 90 days.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.
    LS DYNA SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking qualified vendors to lease the ANSYS INC LTSC LS-Dyna Large System Core, with a requirement for 125 units for the license period from May 1, 2025, to April 30, 2026. This procurement is aimed at acquiring advanced computational resources necessary for government and research purposes, emphasizing the importance of utilizing cutting-edge technologies in defense operations. Interested vendors must be authorized resellers and are required to comply with various federal regulations, including inspection and acceptance criteria, invoicing through the Wide Area Workflow (WAWF) system, and adherence to ethical standards. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at 540-613-3296 for further information.
    66--WAVE FORM SYNTHESIZ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Wave Form Synthesizers. This procurement aims to fulfill specific contract quality requirements and includes detailed specifications for the design and production of these electronic components, which are critical for various defense applications. The contract is set to be awarded on a firm-fixed-price basis, with an amendment extending the close date to February 28, 2025, and increasing the quantity from 32 to 34 units. Interested vendors should direct inquiries to Heather VanHoy at heather.a.vanhoy.civ@us.navy.mil for further details.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    STRATASYS F370 WARRANTY RENEWAL
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the renewal of a one-year warranty for the Stratasys F370 unit, with a focus on maintaining operational readiness and equipment reliability. The warranty renewal encompasses repairs, parts (excluding heads), and on-site labor, which must be fulfilled by Amtek Company Inc. upon government notification, covering the period from March 25, 2025, to March 26, 2026, for Machine Serial Number D02158. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and requires compliance with federal acquisition regulations, with proposals due by 09:00 AM EST on February 24, 2025. Interested parties should direct inquiries to Amy Anderson at amy.c.anderson2.civ@us.navy.mil.
    70--MANAGEMENT UNIT,ELE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.
    KEYSIGHT OSCOPE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for the procurement of a Keysight Infiniium S Series 6 GHz 4-channel oscilloscope, identified by part number DSOS604A, along with essential accessories and a five-year calibration service. This procurement aims to enhance technical capabilities for precise electronic testing and research, emphasizing the importance of compliance with federal acquisition regulations and support for small business participation. Interested vendors must be authorized resellers and are required to submit their offers by 12:00 PM on February 26, 2025, ensuring delivery within six weeks of contract award. For further inquiries, potential bidders can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.