RDT&E Tech Refresh
ID: SIMACQ-PD-60-0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Other Computer Related Services (541519)

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
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Philadelphia Division, is seeking proposals for the procurement of laptops, workstations, and portable hard drives as part of the RDT&E Tech Refresh initiative. This procurement aims to support CODE 60 Logistics in scanning hardware, software, and IT equipment, with specific requirements for high-performance computing devices, including robust specifications for processors, memory, graphics, and security features. The total acquisition is valued at approximately $34 million and is set aside for Women-Owned Small Businesses (WOSB), with deliveries requested by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details and to ensure compliance with federal regulations throughout the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N6449826Q5020, issued by the Naval Sea Systems Command (NAVSEA), Philadelphia Division, is a Request for Proposal (RFP) for the procurement of laptops, workstations, and portable hard drives. The acquisition, valued at USD 34,000,000.00, is set aside for Women-Owned Small Businesses (WOSB) and aims to support CODE 60 Logistics for scanning hardware, software, and IT equipment. Key items include ASUS ROG STRIX G16 and G15 gaming laptops, MSI Mod 15 B13M-447US laptops, 4TB portable SSDs, and Dell Pro Max Tower T2 workstations. The solicitation emphasizes compliance with various federal regulations, including those for computer software security (C-227-H010) and Electronic and Information Technology (EIT) accessibility (C-239-W001/Section 508). Deliveries are requested by December 19, 2025, to NSWC Philadelphia Division. Payment instructions specify the use of the Wide Area WorkFlow (WAWF) system, and contractors must disclose any organizational conflicts of interest. The document also incorporates numerous FAR and DFARS clauses related to business ethics, cybersecurity, and supply chain risk, indicating a comprehensive and regulated procurement process.
    This government file details specifications for two types of computer equipment: three "Scanning Workstations" and twelve "Laptops." Both items require robust specifications including a minimum 10-core/20-thread processor (i9/Ryzen Threadripper for workstations, Ryzen/i7-i9 for laptops) with a 3.7 GHz base frequency and 19.25 MB cache. Memory requirements are DDR5 ECC with 128 GB minimum for workstations and 32 GB for laptops. Both need a dedicated graphics card with at least 8 GB GDDR6 memory and multiple display outputs. Boot devices must be M.2 NVMe SSDs (1 TB for workstations, 500 GB for laptops) without a pre-installed OS. Networking includes at least one 1-Gigabit RJ45 Ethernet for workstations and 10-Gigabit for laptops. Both require multiple USB ports, front and rear, with at least two USB 3.0 ports. Security mandates Trusted Platform Module (TPM) 2.0. All necessary drivers must be on optical media disks. Additional peripherals include a mouse, keyboard, and DVD-RW optical drive. All components must be from OCM/OEM or authorized channels, with strict prohibitions against independent distributors and counterfeit parts. Laptops also require a 1TB drive.
    Lifecycle
    Title
    Type
    RDT&E Tech Refresh
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    COMPUTER,LAPTOP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of laptops and computers. The contract will involve the refurbishment and repair of critical components designated as Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems. This procurement is crucial for maintaining operational readiness and ensuring the reliability of submarine systems, with a desired delivery timeline of 180 days. Interested vendors must have a valid U.S. security clearance of CONFIDENTIAL or higher and are encouraged to contact Robert H. Langel at 717-605-3353 or via email at robert.h.langel.civ@us.navy.mil for further details.
    HATTELAND BRAND MONITORS
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command through the NSWC Philadelphia Division, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of 141 Hatteland Technology brand monitors. These monitors are critical for the Navy’s Machinery Control Systems (MCS) Tech Refresh initiative, aimed at replacing outdated legacy equipment with modern, compatible technology. The contract is structured as a Firm Fixed Price arrangement, with delivery expected by August 7, 2026, to the NSWC facility in Philadelphia, Pennsylvania. Interested vendors should direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, with the solicitation closing date set for December 10, 2025.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Maintenance Laptops
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the manufacturing of P-8 Maintenance Laptop Sets under a five-year, fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook laptops and associated components, including retrofitting legacy systems, with a focus on adhering to strict quality assurance standards and export control regulations. This contract is critical for maintaining operational readiness and support for the P-8 aircraft, ensuring that the Navy has reliable and functional maintenance equipment. Interested contractors must possess a certified DD Form 2345 to access the technical drawings and should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, with proposals due as specified in the solicitation documents.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide workstations as outlined in the attached Statement of Work (SOW). The procurement is for new commercial items, with a strict requirement that no refurbished or used parts will be accepted. These workstations are critical for shipbuilding and repairing operations, ensuring that the Navy maintains its operational readiness and efficiency. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they can find the solicitation details under RFQ number N5005426Q0046 on the System for Award Management (SAM) or Procurement Integrated Enterprise Environment (PIEE) websites. For further inquiries, potential bidders can contact Erica Crandall at erica.collins1@navy.mil or by phone at 4000779.
    PSCU COMPUT TABLET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.
    70--DVD,CER LAPTOP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a DVD, CER laptop, under a presolicitation notice. The procurement involves a sole source requirement for a specific item identified by NSN 1H-7030-016996214, with a quantity of one unit to be delivered to DLA Distribution Norfolk, VA. This item is critical for Navy operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered, necessitating certification as a Depot Overhaul Point (DOP) for potential suppliers. Interested parties must submit a Source Approval Request (SAR) to the contracting officer, Alison N. Bruker, via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source based on the responses received.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of a computer system. The procurement involves the acquisition of six units of the National Stock Number (NSN) 7R-7010-016951281-SX, with reference number 123SCSA9035-1, and delivery is required on a Free on Board (FOB) origin basis. This equipment is critical for maintaining operational capabilities within the Navy's IT and telecom infrastructure, particularly in server hardware and perpetual license software. Interested parties can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
    7025016289010
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to issue an unrestricted Request for Proposal (RFP) for the acquisition of a Disk Drive Subassembly (DDS) for NSN 7025-01-628-9010 under PR number 7010341947. This procurement is crucial for maintaining operational capabilities, as the Disk Drive Subassembly is a key component in various defense systems. The RFP is expected to be posted on the DLA Internet Bid Board System (DIBBS) no sooner than December 10, 2025, with a fixed-price contract anticipated to be awarded by June 5, 2026. Interested parties should prepare to submit proposals that adhere to the Lowest Price Technically Acceptable evaluation criteria and may contact LaTonya Fitzwilliam at 215-737-4153 or via email at LaTonya.Fitzwilliam@dla.mil for further information.