Sources Sought- United States Naval Academy - Aruba Wireless Communication System
ID: N00161USNAARUBAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    Sources Sought- DEPT OF DEFENSE DEPT OF THE NAVY

    The United States Naval Academy is seeking qualified and experienced sources for a contract to provide Aruba Brand Name Wireless Products. This procurement is for an Aruba Wireless Communication System, which is typically used for wireless communication and networking purposes. The anticipated delivery date for this requirement is 01 February 2024. Interested parties must be authorized Aruba distributors to be considered capable. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. The NAICS Code for this requirement is 541519- Other Computer Related Services and the Size Standard is $34.0 Million. Responses to this Sources Sought request should include company information, size of business, estimated Rough Order of Magnitude (ROM), SAM registration, capability statement, past performance information, and any other supporting documentation. The deadline for submission is Monday 18 December 2023, 11:00 AM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Similar Opportunities
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    Mock Cyber Operational Readiness Assessment (CORA)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Mock Cyber Operational Readiness Assessment (CORA) services for the United States Naval Academy (USNA) in Annapolis, Maryland. The objective of this procurement is to identify, document, and assess security vulnerabilities and risks within USNA’s unclassified educational environment, utilizing the assessment standards developed under the CORA model. This requirement is critical for enhancing the cybersecurity posture of the academy and ensuring the integrity of its educational operations. Interested parties must submit their quotes by December 19, 2025, with questions due by December 16, 2025. The contract will be awarded based on technical capability and price, with a performance period extending from two days after contract award until March 30, 2026. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    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.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    CDL DIRECTIONAL ANT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of CDL Directional Antennas. The contract requires suppliers to provide antennas that meet specific quality and inspection standards, with a focus on ensuring government source approval prior to award. These antennas are critical for various military applications, supporting communication and operational capabilities. Interested vendors must submit their proposals via email to Taylor C. Kilkenny at TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL by the specified due date, ensuring compliance with the source approval requirements outlined in the NAVSUP WSS Source Approval Brochure.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Sources Sought W31P4Q-26-Q-0004 -Interface Units, Data
    Dept Of Defense
    The Department of Defense, specifically the Army's ACC-RSA office, is seeking small businesses capable of supplying a one-time purchase of Interface Units, Data, under the sources sought notice W31P4Q-26-Q-0004. The procurement involves a firm fixed price contract for 140 units of the Interface Unit, Data (NSN: 7025-01-652-2856), which is essential for supporting the Calibration Weapon System. Interested vendors must confirm their small business status under NAICS code 334111 and provide a capability statement, evidence of authorization as a distributor or manufacturer, and delivery estimates by the response deadline of 4 PM CST on December 29, 2025. For further inquiries, interested parties should contact Lindsay Jennings at lindsay.d.jennings.civ@army.mil.