WSSv5 Recording Hardware
ID: N6426725Q4054Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

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 proposals for the procurement of WSSv5 Recording Hardware, specifically telecommunications hardware and software from Harmonic. This procurement is critical for maintaining the functionality and integration of existing MediaCenter and Spectrum systems, ensuring operational efficiency within the Department of the Navy. The contract will be awarded based on a firm fixed price structure, with all items requiring DoD unique identification and compliance with federal regulations. Interested vendors must submit their quotations electronically by the specified deadline and are encouraged to contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Justification for Sole Source Procurement, specifically for Harmonic equipment, due to unique compatibility and requirement with existing Government systems. It details the requested supplies and services that are critical for maintaining proper functionality and integration of the MediaCenter and Spectrum systems. Each item listed, such as chassis, software licenses, and hardware components, is designed to work seamlessly with previously installed systems, ensuring operational efficiency. The justification cites various regulatory authorities allowing restricted competition, emphasizing urgent needs and the proprietary nature of the items that limit alternatives. It also discusses the implications of sourcing from different manufacturers, outlining potential delays and increased costs. The analysis confirms that continuing to procure Harmonic equipment is beneficial for maintaining service continuity, reducing costs, and leveraging already trained personnel familiar with the brand. Overall, the document supports the rationale for pursuing these items from a single vendor to ensure compatibility, quality, and performance in mission-critical environments.
    The document N6426725Q4054 is a Request for Quote (RFQ) from the Naval Surface Warfare Center, Corona Division, detailing the procurement of telecommunications hardware and software from Harmonic, with a firm fixed price (FFP) structure. It specifies various supplies, including MediaCenter components, software licenses, and supporting hardware, with all items requiring DoD unique identification. The contractor must be an authorized dealer or reseller, providing necessary documentation at the time of submission. The RFQ also outlines regulations regarding the packaging, marking, inspection, and acceptance of supplies, compliance with federal, state, and local laws, and the responsibilities related to licenses and permits. It stresses the significance of quality management in software development and mandates non-disclosure agreements for sensitive information handled by contractors. Additional details include administrative contacts for contract execution, stipulated delivery timelines, and regulations governing payment and contract clauses. This RFQ illustrates the government's efforts to procure specific telecom equipment to enhance operational capability while adhering to regulatory compliance and quality standards in contract performance and document handling.
    This document outlines modifications to a vendor's commercial license terms and conditions to align with federal procurement law, ensuring compliance and consistency for government contracts. The vendor's standard licensing agreements, including any "click through" provisions, indemnities, and payment terms, are adapted to prevent binding the government to unfavorable terms. Specific modifications include disavowing unilateral indemnity clauses, revoking penalties for late payments, and modifying liability clauses concerning taxes and attorney fees. Furthermore, the document prohibits the incorporation of weblinks, vendor trademarks, or terms associated with cloud services unless explicit government agreement is obtained. It establishes that the government will not be subjected to EU GDPR regulations and that vendor audits can only occur under agreed terms, rejecting remote monitoring of government systems. The amendments will take precedence over conflicting terms and be incorporated into the relevant delivery orders or purchase orders upon execution. This modification emphasizes the need for federal law compliance and protects the interests of the government while engaging with vendors.
    Lifecycle
    Title
    Type
    WSSv5 Recording Hardware
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    R&S Upgrade
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of a Wideband Extension Sequencing software license, specifically for the Rohde and Schwarz SMW-B9 system. This requirement is classified as a sole-source brand name procurement, necessitating that all bidders be authorized resellers of Rohde & Schwarz USA, Inc., to ensure compliance with federal procurement standards and quality assurance. The procurement is critical for enhancing existing capabilities within the department's technological framework, with proposals due by March 21, 2025, and an anticipated award date in April 2025. Interested vendors should direct inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further details.
    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.
    RCS MOD REPEATER AS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the RCS MOD REPEATER AS through NAVSUP Weapon Systems Support Mechanicsburg. This opportunity requires the manufacture and supply of specific radio and television communication equipment, adhering to strict quality assurance and inspection standards, including MIL-STD packaging and government source inspection. The contract will be awarded on a Firm-Fixed Price basis, and interested vendors must provide detailed quotes, including pricing, delivery timelines, and proof of authorization as a distributor for the items offered. For further inquiries, potential bidders can contact Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    58--WBRE:WIDEBAND RECVR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a wideband receiver, identified by NSN 7R-5841-016503575-RQ. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as they possess the unique design capabilities and technical data essential for maintaining the quality of the part. Interested parties must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Bridget M. Murphy at (215) 697-5047 or via email at BRIDGET.M.MURPHY6.CIV@US.NAVY.MIL.
    58--RECORDER,SIGNAL DAT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of signal data recorders. This procurement aims to ensure the operational readiness and reliability of critical communication equipment used by the Navy. The goods and services sought are vital for maintaining effective communication capabilities within military operations. Interested vendors can reach out to Kathryn S. Hull at 215-697-6646 or via email at KATHRYN.S.HULL.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    WS3 Video Processing/Security Data System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the WS3 Video Processing/Security Data System. This procurement aims to enhance on-time delivery for defense acquisitions, specifically requiring firm fixed pricing for two units, with a delivery deadline set for July 2, 2025. The goods are critical for military operations, necessitating compliance with stringent packaging, preservation, and marking standards as outlined in the associated Statement of Work. Interested contractors should reach out to April Blakeley at april.blakeley@us.af.mil for further details and to ensure adherence to all regulatory requirements throughout the procurement process.
    58--COMMUNICATION SYSTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for a firm-fixed contract to procure communication systems, identified by NSN 7HH-5895-01-539-8868, with a total quantity of 11 units. This procurement is critical for national defense and emergency preparedness, emphasizing the importance of reliable communication equipment for military operations. The contract period of performance is set for 200 days from the order date, with provisions for early and incremental deliveries. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL.
    AMPLIFIER,HIGH DENS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the procurement of high-density amplifiers. The contract requires manufacturers to provide detailed specifications, quality assurance measures, and compliance with specific military standards, including the prohibition of mercury contamination in the materials used. These amplifiers are critical components for naval operations, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes, including delivery timelines and compliance statements, by the specified deadline, and can direct inquiries to Gordon Kohl at gordon.kohl@navy.mil or by phone at 717-605-3629.
    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.
    58--MODULE,HPOI DWN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 75 units of the HPOI DWN module, identified by NSN 7H-5865-016273893. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors are encouraged to express their interest and capability to meet this requirement, with proposals due within 45 days of the notice publication. For further inquiries, interested parties may contact Daniel Shepley at (717) 605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.