Trials Data Acquisition & Analysis System (TDAAS) Hardware
ID: 24-53-0150_2Type: Solicitation
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for the procurement of Trials Data Acquisition & Analysis System (TDAAS) hardware, specifically brand-name components from National Instruments. This acquisition aims to modernize the Data Acquisition System on the FFG63 class vessel by replacing obsolete legacy systems, which is critical for maintaining operational readiness and monitoring ship performance. The total estimated value of the procurement will be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with a delivery timeline of seven weeks from order acceptance. Interested vendors must submit their quotations by March 24, 2025, and can contact Zachary McCurry at zachary.f.mccurry@navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification and approval (J&A No. 0233-25-063-00) for a sole-source acquisition of analog-digital hardware from National Instruments, crucial for modernizing the Data Acquisition System on the FFG63 class vessel. The total estimated value of the acquisition is set to be funded from FY25 Research, Development, Test, and Evaluation (RDT&E) funds, with an anticipated completion within seven weeks post-award. National Instruments is deemed the only responsible source due to the unique specifications of its equipment, which are essential for meeting the Navy’s operational requirements. The hardware is required to replace obsolete legacy systems, as failure to do so could impede mission objectives related to monitoring and evaluating ship performance. Market research indicated no suitable alternatives, and a Request for Information (RFI) was posted, yielding limited vendor responses. The contracting officer confirmed that the expected costs are fair and reasonable, and ongoing efforts will be made to monitor the market for future opportunities. This procurement underscores the importance of specific brand-name components to avoid disruption in naval operations and maintain readiness standards.
    The document outlines a Request for Quotation (RFQ) issued by the Naval Surface Warfare Center (NSWC) Philadelphia Division for the procurement of commercial items, specifically brand-name parts from National Instruments. The solicitation number N6449825Q5048 indicates that offers are due by March 24, 2025, and emails are accepted for submission, while facsimile submissions are not. The RFQ requests specific quantities of electronic modules, including the NI 9219 and NI 9231, with delivery due in seven weeks from order acceptance at a specified destination. It incorporates several clauses under the Federal Acquisition Regulation (FAR), ensuring compliance with government contracting standards, including inspection, payment procedures via the Wide Area Workflow (WAWF), and special requirements regarding accessibility standards. The document requires vendors to be registered in the System for Award Management (SAM) for eligibility and mandates full acceptance of the governmental terms. Moreover, the document emphasizes protecting proprietary information and procedural compliance. Overall, this RFQ acts as a formal solicitation for vendors to provide specific technological components while adhering to governmental procurement standards and deadlines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FADC XT Spare Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia, is seeking proposals for the procurement of two units of the FADC XT Spare Kit (P/N: 8923-3393). This solicitation outlines specific requirements for delivery, payment, and compliance with Federal Acquisition Regulation (FAR) and Department of Defense regulations, emphasizing the need for government inspection and acceptance at the destination, as well as adherence to software quality standards to mitigate security risks. The FADC XT Spare Kit is critical for ensuring operational safety and efficiency in naval operations, and interested contractors must submit their offers by February 27, 2025. For further inquiries, potential bidders can contact William Henry Morton at william.h.morton39.civ@us.navy.mil or by phone at 484-358-2255.
    Brand Name requirement for NI instrumentation in support of target strength measurements at the ARD.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for National Instruments (NI) instrumentation to support target strength measurements at the Acoustic Research Detachment (ARD). This procurement specifically requires brand name NI equipment, including PXI Express acquisition cards and associated components, to ensure compatibility with existing systems and software algorithms previously developed by NSWCCD. The initiative underscores the importance of maintaining operational coherence in defense applications, as the selected equipment is vital for accurate Target Strength Data Acquisition. Interested small businesses must submit their quotes by 10:00 AM on October 22, 2024, with delivery expected by November 29, 2024. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Teledyne Brand Acoustic Doppler Current Profiler
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting quotes for a Teledyne Instruments Acoustic Doppler Current Profiler (ADCP) system under the Request for Quote (RFQ) number N66604-25-Q-0260. This procurement is set aside for small businesses and involves a brand name-only purchase due to the specialized requirements for measuring water currents and related data in scientific research contexts. The selected system, including a Workhorse II ADCP and associated accessories, is crucial for accurate data collection in underwater environments and must be delivered to Newport, RI within 3-5 weeks of award. Interested offerors must submit their quotes by February 28, 2025, ensuring compliance with federal acquisition regulations, and can direct inquiries to Kenneth Chaffey at kenneth.l.chaffey.civ@us.navy.mil or by phone at 14018321837.
    DAQ COMPUTER ASSY,A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of DAQ COMPUTER ASSY,A, which falls under the NAICS code 334412 for Bare Printed Circuit Board Manufacturing. This solicitation aims to acquire electrical and electronic assemblies, boards, cards, and associated hardware, which are critical components for various defense systems and operations. Interested vendors should note that the primary contact for this opportunity is Andrew N. Phillips, who can be reached at 215-697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further inquiries. Specific funding amounts and deadlines have not been provided in the overview.
    DAAAC SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren, is seeking proposals for data acquisition software and support services aimed at enhancing automatic data reduction capabilities for microwave data. The procurement specifically requires D5S software licenses, maintenance for one year, and custom drivers for the Keysight DSOS604A oscilloscope, with a focus on compliance with Federal Acquisition Regulation (FAR) standards. This opportunity is particularly significant for small businesses, including service-disabled veteran-owned businesses, as it emphasizes the need for authorized resellers to ensure compliance and certification in the procurement process. Interested vendors can reach out to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or call 540-742-4098 for further details regarding the solicitation N0017825Q6704.
    Next Generation SSGTG XT FADC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms for the development of the Next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.
    59--DATA TRANSFER UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 57 units of a Data Transfer Unit, identified by NSN 7R-5999-016517373-CC and reference number 4881-01000-15-101. This procurement requires government source approval prior to contract award due to the flight-critical nature of the item, and only sources previously approved by the government will be considered. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the required information will result in disqualification from the award process. For further inquiries, interested parties can contact Jacob A. Tarini at (215) 697-3563 or via email at JACOB.TARLINI@NAVY.MIL.
    FMS QTY: 5 NIIN: 014712282
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair and modification of military equipment, specifically targeting five units identified by NIIN 014712282. The procurement emphasizes compliance with the Defense Priorities and Allocations System (DPAS) and outlines detailed requirements for contractors, including adherence to federal acquisition regulations, repair procedures, and achieving a "Ready For Issue" (RFI) condition for all items. This initiative is crucial for maintaining military readiness and ensuring the reliability of navigational instruments, which play a vital role in defense operations. Interested contractors can reach out to Taylor M. O'Connor at (215) 698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.