Small Business Set-Aside for POPOTO Brand Communications Equipment. Review All Attachments
ID: N61331-25-T-JK20Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MICROCIRCUITS, ELECTRONIC (5962)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from qualified small businesses for the procurement of POPOTO brand communications equipment, specifically for a firm fixed price purchase order estimated not to exceed $250,000. The procurement includes essential components such as a Deckbox, various cables, and licenses for the Phorcys Algorithm, which are critical for constructing a low-level controller and powering an electric launch motor, thereby supporting ongoing military projects. Interested vendors must submit their quotes by April 22, 2025, at 11 AM Central Time, ensuring compliance with invoicing through Wide Area Workflow (WAWF) and including necessary details such as CAGE code and lead time. For further inquiries, vendors can contact Jamell Kilgore at jamell.kilgore@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an RFP detailing the supplies and services required by a government agency, specifically focusing on the procurement of POPOTO brand products through an authorized reseller. Key items listed include a Deckbox, multiple quantities of cables in various specifications (Polyurethane and PMT28-MATRIX), and licenses for the Phorcys Algorithm. The request outlines a total quantity needed for each item, including shipping requirements. The purpose of this document aligns with standard government procurement processes for ensuring the acquisition of necessary equipment and software to meet operational needs efficiently while adhering to appropriate logistical considerations. Overall, this RFP reflects a structured approach to fulfilling specific technical requirements through designated product lines.
    This document outlines the terms and conditions related to a government contract, particularly focusing on contract administration, contractor responsibilities, and invoicing procedures for NAVSEA. It specifies guidelines for performance obligations, including the prohibition of certain telecommunications services, safeguarding information systems, and maintaining contractual compliance. Key sections cover materials related to electronic payment requests, contractor qualifications, rights concerning protected information, and specific contracting clauses such as those addressing small business considerations, combatting human trafficking, and supply sourcing regulations. The document emphasizes the importance of ensuring that contractors fulfill their obligations while adhering to regulatory standards and coordinating closely with designated government representatives. Invoicing instructions require detailed segregation of costs and timely notifications for payment requests. There are also stipulations for hours of operation, holiday schedules, and the management of official contract files to protect sensitive information. The overall purpose is to ensure transparent and compliant award processes for federal procurement, ultimately enhancing government efficiency and accountability.
    The memorandum outlines a brand name justification for acquiring Popoto Subsea Communications Equipment by the Naval Sea Systems Command, specifically the Panama City Division. The procurement involves a firm fixed price purchase order for specific Popoto products essential for constructing a low-level controller and powering an electric launch motor. The contract, estimated not to exceed $250,000, necessitates delivery within six weeks post-award. The justification emphasizes that Popoto is the sole provider capable of supplying the required components, which are critical for maintaining existing underwater logistics systems, avoiding higher costs, and ensuring operational integrity. The Contracting Officer has concluded that this acquisition represents the best value to meet governmental needs without the necessity of extensive market research, as the use of non-DoD contracts streamlines procurement via Simplified Acquisition Procedures. Overall, the document underscores the necessity of Popoto parts to support an ongoing military project while adhering to procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    Custom Tilter
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This equipment is critical for repositioning towed array stowage drums used in repair operations for various classes of submarines, including the OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA classes, with a minimum capacity requirement of 8000 lbs. Interested contractors must adhere to strict security compliance, including CMMC Level 2 requirements, and submit their quotes by December 30, 2025, with questions due by December 19, 2025. For further inquiries, potential offerors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.
    FIBER OPTICS
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotations for fiber optic tool kits and related equipment as part of a combined synopsis/solicitation. The procurement includes four combination fiber optic kits that must comply with DOD-STD-2042NF specifications and contain specific components such as torque wrenches, adaptors, and inspection scopes, among others. These kits are crucial for the Strategic Systems Programs Branch's fiber optic operations, ensuring the maintenance and functionality of critical systems. Interested vendors must submit their quotes electronically by the specified deadline, and all submissions must include a detailed list of items, firm pricing, and adhere to strict packaging and shipping requirements. For further inquiries, potential offerors can contact Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil or by phone at 951-393-4354.
    Commercial Off The Shelf Items
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Commercial Off The Shelf (COTS) items, with a focus on specific brands of equipment necessary for compliance with military standards. The procurement includes various items such as OTDR Analyzers, environmental monitoring sensors, and power supplies, which are critical for maintaining operational readiness and compliance with stringent military specifications. These items are essential for the Navy's systems and operations, ensuring they meet the required standards for functionality and safety. Interested parties should contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Arthur Wynn at arthur.p.wynn3.civ@us.navy.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130015209673. The requirement includes the delivery of various quantities of power supplies to multiple naval vessels, including the USS Stockdale, USS Mustin, and USS Pinckney, with a delivery timeline of 60 days after order (ADO). These power supplies are critical components for military operations, ensuring reliable power distribution for naval equipment. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Continuous and assembled Tow Rope
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting firm fixed-price quotes for the procurement of 2,500 feet of 2-1/4" Samson Ultra Blue-8 tow rope, which includes specific end fittings such as a reinforced Hawser thimble, a 2" oblong Crosby A342 master link, and a 1-3/8" Crosby shackle. This procurement is critical for towing operations and is justified as a brand-name, small business set-aside due to the unique properties of the Samson Ultra Blue-8 rope, which are essential for ensuring performance and safety in naval applications. Interested vendors must submit their quotes by January 5, 2026, at 9:00 am EST, with evaluations based on the lowest price technically acceptable (LPTA) criteria, and can direct inquiries to Lametria Smith or Barbaraann Witz via the provided email addresses.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    Total Small Business Set Aside Brand Name: EnDAQ- Piezoelectric W Series Wireless Shock Sensors
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is soliciting quotes for a Total Small Business Set-Aside for the acquisition of EnDAQ Piezoelectric W Series Wireless Shock Sensors. This procurement aims to secure six units of these specialized sensors, which are essential for classified prototype system testing related to the clandestine delivered mine MK 68, as they are the only brand compatible with existing equipment and provide necessary data recording capabilities. Interested vendors must submit their quotes, including unit prices, shipping costs, and lead times, by December 22, 2025, at 11:00 a.m. Central Time, to Terra Roberts at terra.s.roberts.civ@us.navy.mil. The total contract value is under $350,000, and the government will evaluate submissions based on best value criteria, including price, delivery, quality, and past performance.