Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SOLICITATION NOTICE

59 -- Versa Module Eurocard Single Board Computers

Notice Date
9/2/2025 9:30:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-25-RFPREQ-4K0000T-0130
 
Response Due
9/17/2025 2:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
Greg Szczyglowski
 
E-Mail Address
gregory.p.szczyglowski.civ@us.navy.mil
(gregory.p.szczyglowski.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The purpose of this notice is to inform interested parties that Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ intends to issue on sole source basis an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Dy 4, Inc., for the procurement of Versa Module Eurocard (VME) Single Board Computers (SBCs), Total Life Cycle Management (TLCM), and a yearly Software Upgrade Program (SUP). Dy 4, Inc. is the Original Equipment Manufacturer (OEM) of the VME SBCs, TLCM, and yearly SUP, which are sold commercially. The Dy 4, Inc. VME SBC has a proprietary BSP software that interoperates with the software baseline of the AN/UPX-24(V) Interrogator Set IFF Processor Controller. The software baseline was approved for shipboard use as IFF by PMA-213. Market research revealed several companies that either manufacture or resell similar VME SBCs; however, none of the companies can provide a product that can interface with the IFF Processor-Controller without significant modification to the already-approved software baseline. Only the OEM VME SBCs, TLCM, and yearly SUP may be used to fulfill the system requirements for the AN/UPX-24(V) Interrogator Set as they ensure compatibility preventing interoperability issues. The Government intends to solicit and negotiate this requirement under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, the Government will consider all responses received within fifteen days after the date of publication of this synopsis. Registration in the System for Award Management (SAM) (https://www.sam.gov) is mandatory for consideration. A determination by the Government not to open the requirement to competition based on the responses to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract. All inquiries and concerns must be addressed to the Contract Specialist, Greg Szczyglowski at gregory.p.szczyglowski.civ@us.navy.mil. Responses to this notice must be submitted by 17 September 2025. A determination not to compete this requirement is within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d238d246a4464801bc0e2f111c8a84a0/view)
 
Place of Performance
Address: Ashburn, VA, USA
Country: USA
 
Record
SN07575011-F 20250904/250902230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.