Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
ID: 1301308874Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

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

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The Atlantic Test Range, Telemetry Branch, is procuring fifteen Rohde and Schwarz RTC1002 oscilloscopes and rack mount kits to support real-time data processing in new mission control rooms (MCRs). These oscilloscopes are crucial for the Real-Time Telemetry Processing System (RTPS) to measure and confirm telemetry signals, extending mission capabilities to a new 15-rack datacenter. The required deliverables include 15 RTC1002 digital oscilloscopes, 15 five-year warranty extensions (WE2RTC1002), and 15 19-inch rackmount adapters (ZZA-RTC1K). All equipment must be TAA compliant and delivered within five weeks of the order receipt.
    This document outlines two crucial provisions, 52.204-24 and 52.204-26, that offerors must complete and return with their quotes to be eligible for federal government awards. These provisions address the prohibition on contracting for certain telecommunications and video surveillance services or equipment, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must represent whether they will provide or use covered telecommunications equipment or services and, if so, provide detailed disclosures about the equipment or services, including the entity that produced them, a description, and an explanation of their proposed use. The document defines key terms and outlines procedures for reviewing the System for Award Management (SAM) for excluded parties. The core purpose is to ensure compliance with federal regulations regarding the use of specific telecommunications and video surveillance equipment and services, requiring transparency and disclosure from potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    OSCILLATOR,PULSE DE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the OSCILLATOR, PULSE DE, through NAVSUP Weapon Systems Support Mechanic. The procurement aims to establish a contract for the repair of oscillators, which are critical components in various electronic systems, with a required Repair Turnaround Time (RTAT) of 365 days. This opportunity emphasizes the importance of timely and quality repairs to maintain operational readiness and support national defense initiatives. Interested contractors should submit their quotes, including pricing and RTAT, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    Calibration Kit Radio Frequency
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    99--RECEIVER TRANSMITTE, 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 receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    VDATS Support Equipment Rhodes & Schwartz
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    TRANSMITTER,SHAFT
    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 a Transmitter, Shaft, under a federal contract opportunity. The procurement aims to secure a firm-fixed price for the repair services, with a required Repair Turnaround Time (RTAT) of 125 days after receipt of the asset, emphasizing the importance of timely and efficient service for operational readiness. This item is critical for navigational instruments, and the contractor must adhere to specific quality assurance and inspection requirements as outlined in the solicitation. Interested vendors should submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL by the extended proposal due date of December 12, 2025, ensuring compliance with all outlined specifications and requirements.
    59--WAVEFORM GENERATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    Commercial Off The Shelf Items
    Buyer not available
    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.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    Sole Source Narda-MITEQ Periscope and Photonics Antenna Radio Frequency (RF) Amplifiers
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is issuing a sole source solicitation for a one-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Purchase Order for Periscope and Photonics antenna radio frequency (RF) amplifiers from Narda-MITEQ, the sole manufacturer capable of meeting the required specifications. This procurement is critical for the support of various antenna assemblies used in defense applications, ensuring operational readiness and technological superiority. Interested contractors must be actively registered in SAM, include shipping costs in their unit prices, and submit their quotes electronically to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil by the specified closing date, with a validity of at least 60 days. The contract will include specific Contract Line Item Numbers (CLINs) for different RF amplifier types, with minimum guaranteed quantities and delivery to Newport, RI.
    12--DETECTOR,RADIO FREQ
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 44 units of the NSN 1285012475851, a Radio Frequency Detector. This solicitation is a source-controlled drawing item, with the approved source being 33025 DX1400-002, and the items must meet the specified requirements outlined in the solicitation. The procurement is critical for ensuring the availability of essential fire control equipment, which plays a vital role in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with delivery expected within 147 days after order placement.