5805 PACSTAR PHONE SYSTEM
ID: N0040624Q0932Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

TELEPHONE AND TELEGRAPH EQUIPMENT (5805)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of PACSTAR phone systems to support operations at SRF Sasebo, Japan. This procurement involves a firm, fixed-price supply contract for specific PACSTAR products, including phone systems and servers, and is open to authorized distributors only, following compliance with various Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The solicitation has undergone amendments, extending the proposal submission deadline to September 17, 2024, at 11:59 AM PST, and removing the previous 100% Small Business Requirement, now allowing unrestricted participation. Interested contractors must acknowledge the amendments and ensure they are registered in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Lorraine Small at LORRAINE.M.SMALL.CIV@US.NAVY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Supply Systems Command (NAVSUP) seeks to procure various parts for the APL-40 Telephone System Upgrade through a sole-source contract with CURTISS-WRIGHT Pacstar Division. The estimated cost for this procurement is $54,813.90, with a required delivery date set for August 1, 2024. The justification for a sole-source requirement arises from the need for precise compatibility with existing equipment, as the requested parts are direct replacements necessary for maintaining the operational integrity of the system, according to NAVSEA Drawing No. 401-8516066 A. Deviating from specified materials is not permitted to avoid compromising system performance and to prevent potential counterfeit assemblies. The document emphasizes that all components must meet the established standards, limiting eligibility to CURTISS-WRIGHT Pacstar Division due to their proprietary designs and specifications. This procurement process illustrates the government's commitment to ensuring that critical upgrades adhere to strict technical requirements while preventing competition based on specific manufacturer capabilities.
    This government document outlines a Request for Proposal (RFP) for the procurement of PACSTAR communication systems to support operations at SRF Sasebo, Japan. The solicitation, numbered N0040624Q0932, is set to close on September 4, 2024, at 11:59 AM. The acquisition is intended to be a firm, fixed-price supply contract under a brand-name basis with PACSTAR Communications, allowing only authorized distributors to propose. Key requirements include providing specific PACSTAR products, such as phone systems and servers, along with mandatory compliance with various Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Contractors must ensure they are registered in the System for Award Management (SAM) to be eligible for the award. Procurement details dictate that submissions must include a complete proposal, addressing all required specifications and exceptions. Additionally, shipping will be managed by the Navy’s supply systems, with mandatory procedures for requesting shipping labels included. The RFP emphasizes the importance of unique item identification for delivered items valued at $5,000 or more, ensuring compliance with military specifications. The document's purpose is to establish clear guidelines for interested contractors while promoting the use of small and veteran-owned businesses within the procurement process.
    This document serves as an amendment to a federal solicitation, specifically extending the submission deadline for a contract from September 4, 2024, to September 6, 2024, at 11:59 AM PST. The agency overseeing this amendment is NAVSUP Fleet Logistics Center Puget Sound, located in Bremerton, WA. The document indicates the need for contractors to acknowledge the receipt of this amendment prior to the new deadline to avoid disqualification. The amendment has been officially recorded with signatures from the contracting officer and provides instructions on how contractors should acknowledge it. The modification is essential for ensuring all participants have an equitable opportunity to respond to the solicitation based on the extended timeframe. This amendment reflects standard government contracting procedures for managing deadlines and maintaining transparency in the solicitation process.
    This document is an amendment to a solicitation, specifically modifying the terms of Contract ID N0040624Q0932. Key changes include the removal of the 100% Small Business Requirement, now designated as Unrestricted, and an extension of the proposal submission deadline from September 6, 2024, to September 17, 2024, at 11:59 AM PST. The amendment is issued by the NAVSUP FLC Puget Sound, emphasizing the importance of acknowledging this change for bidders. The summary of changes outlines the adjustments in various sections, notably changing the acquisition set-aside from Small Business to No Preference / Not Listed. The document aims to clarify the updated terms for potential contractors to ensure compliance and adaptation to the modified solicitation criteria. It underscores the readiness of the contracting authority to accept a broader range of offers, likely increasing competition and participation in the bidding process.
    Lifecycle
    Title
    Type
    5805 PACSTAR PHONE SYSTEM
    Currently viewing
    Presolicitation
    Similar Opportunities
    BRAND NAME OEM INTERSPIRO VOICE AMPLIFIERS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of 40 Interspiro Voice Amplifiers, specifically part number 3092-1200C, under a Total Small Business Set-Aside. This firm-fixed-price supply contract is essential for the Military Sealift Command, ensuring that the new equipment integrates seamlessly with existing safety systems aboard the USNS Lewis and Clark (T-AKE 1), particularly the SCBA face masks. The solicitation is set to close on September 20, 2024, with a required delivery date of September 15, 2024, and interested vendors must register in the System for Award Management (SAM) and submit their offers to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil.
    70--Load Balancers, Support, and Training
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking load balancers, support, and training services for Shipyard Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) Yokosuka, Japan. The contract will be a Firm-Fixed Price Supply Type contract and will be awarded to a vendor who meets the Lowest Price Technically Acceptable (LPTA) factors and brand name (A10 Networks) requirements. The solicitation will be posted on the NECO website on or about 1/11/19, with a closing on 1/17/19. Interested vendors should register on the NECO website under solicitation number N00406-19-Q-0082 and must be registered in the System for Award Management (SAM) to participate. Contact Tyler Mayfield at tyler.mayfield@navy.mil for any questions.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is soliciting quotes for a firm fixed price contract to provide Schneider Electric Certified Technician services for the maintenance of Symmetra LX 16K Uninterruptible Power Supply (UPS) units at NCTS Far East Detachment Okinawa, Japan. The procurement aims to secure on-site warranty services for these critical UPS units, which are essential for protecting electronic equipment from power disturbances and ensuring operational continuity for Navy-supported commands. This contract, set as a Total Small Business Set-Aside, will cover warranty services for up to five years, including parts and labor, with a maximum response time of three business days for service requests. Interested vendors must submit their electronic quotes by 10:00 AM EST on September 21, 2024, to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    POWER SUPPLY ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Power Supply Assemblies. The procurement aims to secure 30 units of these assemblies, which are critical components in various defense applications, ensuring reliable electrical power supply. The solicitation has been extended to September 27, 2024, and emphasizes the need for government source inspection and compliance with specific quality assurance standards. Interested vendors should contact Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil for further details and to confirm their status as authorized distributors of the required items.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a POWER SUPPLY under a fixed-price contract. The procurement requires compliance with various military standards, including MIL-STD packaging and government source inspection, and emphasizes the necessity for authorized distributors to provide proof of their status as such. This equipment is critical for underwater sound applications, reflecting its importance in defense operations. Interested vendors should submit their quotes electronically to Howard Langenstein at HOWARD.F.LANGENSTEIN.CIV@US.NAVY.MIL, ensuring that all submissions include detailed pricing, delivery timelines, and compliance with the outlined requirements. The solicitation is open for a limited time, and all quotes must remain valid for a minimum of 90 days.
    NRP,UPS POWER SUPPL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of NRP, UPS Power Supply units. The procurement aims to fulfill specific quality and design requirements, with an increased quantity of 10 units now being sought under this contract. These power supply units are critical for various defense applications, ensuring reliable electrical power in non-rotating converter systems. Interested vendors must submit their proposals by the extended deadline of October 3, 2024, and can reach out to Jamie Kershaw at 717-605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further information.
    J--Preventative and Remedial Maintenance of Pauli Systems, Inc. Strip and Paint Facility
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking ongoing preventative and remedial maintenance for a Pauli Systems, Inc. portable/mobile paint and media blast booth and RAM 21C-2 (Dry Striping Machine) located at Marine Corps Air Station (MCAS) Futenma, in Ginowan, Okinawa, Japan. The period of performance is tentatively from 27 May 2019 to 26 May 2020 with four one-year option periods. The acquisition will be negotiated on a basis of other than full and open competition as Pauli Systems, Inc. is the only qualified contractor with access to the technical data needed. The solicitation will be posted to the NECO website on or about 14 May 2019 with proposals due by 17 May 2019. A Firm-Fixed Price, Service type contract will be awarded in accordance with FAR parts 12 and 13, Commercial and Simplified Acquisition Procedures.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of power supply units under a federal contract. The procurement aims to fulfill specific requirements for electrical converters, classified under the PSC code 6130, and is critical for supporting military operations and ensuring the reliability of electrical systems. Interested vendors must demonstrate their capabilities through past performance evaluations and are required to comply with quality assurance standards, with the solicitation extended until March 1, 2024. For further inquiries, potential offerors can contact Stephanie R. Perez at 717-605-1306 or via email at STEPHANIE.R.PEREZ1@NAVY.MIL.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a POWER SUPPLY as part of the MK 41 Vertical Launching System. This contract requires the manufacture and quality assurance of electrical converters, adhering to strict military standards, including ISO 9001 and MIL-STD packaging requirements. The successful contractor must be an authorized source and provide detailed pricing, delivery timelines, and compliance documentation, with the solicitation deadline extended to September 20, 2024. Interested parties should direct inquiries and submissions to Stephanie R. Perez at stephanie.r.perez1@navy.mil or by telephone at 717-605-1306.
    PACFLT Training Support Vessel (P-TSV) Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking proposals for the PACFLT Training Support Vessel (P-TSV) under solicitation N00024-24-R-2229. This procurement aims to address specific training support needs for the Pacific Fleet, with a focus on shipbuilding and repair services as indicated by the NAICS code 336611. The goods and services procured will play a crucial role in enhancing operational readiness and training capabilities for naval personnel. Interested bidders can direct their inquiries to Steven Noel at steven.w.noel.civ@us.navy.mil or Isaiah Sera at isaiah.c.sera.civ@us.navy.mil, with the solicitation amendment responding to bidders' questions available for review.