Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

WHEATSTONE BLADES

Expired
HQ002841530002000Federal
General Info

Agency

Department of Defense → Dma Riverside

View Agency

NAICS

334112 - Computer Storage Device Manufacturing

View NAICS

Place of Performance

DEFENSE MEDIA CENTER 23755 Z STREET, RIVERSIDE, CA, 92518-2717, USA

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
1 update
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Amendment 0

Contract was updated

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment of Defense → Dma Riverside
Contacts1 person available
OfficeRIVERSIDE, CA, 92518, USA
Organization / Agency
Department of Defense → Dma Riverside
View Agency Profile
Office Address

RIVERSIDE, CA, 92518, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
AMENDMENT#1: THIS RESPONSE DATE HAS BEEN EXTENDED FROM 15 AUGUST 2014, 2PMPST TO 28 AUGUST 2014, 2PMPST. COMBINED SYNOPSIS/SOLICITATION WHEATSTONE BLADES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ002841530002000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-74, effective 01 July 2014 and DFARS Change Notice 20140624. c. This procurement is a brand name requirement, associated with NAICS Code 334112, and small business size employees 750. d. Item Description: THESE ITEMS ARE BRAND NAME. FILL IN ALL UNIT PRICE AND TOTALS. FREIGHT SHALL BE ABSORBED INTO EACH LINE ITEM PRICE. ITEM DESCRIPTION: 100% SMALL BUSINESS CLIN 0001: 14EA, Wheatnet Audio Driver; PART NUMBER: PC AOIP FOUR. 14EA @ _____________ = $________________ CLIN 0002: 13EA, Vorsis Audio Processing Blade; PART NUMBER: AURA8-IP. 13EA @ _____________ = $________________ CLIN 0003: 7EA, AES Digital Audio Blade; PART NUMBER: IP88D 7EA @ _____________ = $________________ CLIN 0004: 14EA, 12 Channel Breakout Box; PART NUMBER: HUB12 14EA @ _____________ = $________________ CLIN 0005: 14EA, AES/EBU PCI Express Audio Card; PART NUMBER: ASI5644 14EA @ _____________ = $________________ CLIN 0006: 10EA, Network cable, CAT5e (100MHz), 4-Pair, F/UTP-Foil shielded, Plenum-CMP, Premise Horizontal Cable, 24 AWG solid bare copper conductors, FEP insulation, overall Beldfoil? shield, Flamarrest? jacket, RJ-45 compatible; PART NUMBER: 1533P 0081000. 10EA @ _____________ = $________________ e. Delivery and acceptance will be made at: DEFENSE MEDIA CENTER 23755 Z STREET RIVERSIDE CA 92518-2717 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JUNE 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2014) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (FEB 2014) DFARS 252.204-7012 (Safeguarding of Unclassified Controlled Technical Information) (NOV 2013) DFARS 252.209-7993 - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 15 AUGUST 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.

Similar Contracts

NAICS: 334112
New
Federal

LIGHT, INSTRUMENT

This contract involves the procurement of a single unit of a light instrument identified by NSN 6695-00-935-1426 and part number A89701R4, to be delivered within 20 days to the specified location in Gulfport, MS. The purchase is managed under solicitation number SPE4A5-26-T-9807 by the Department of Defense's ASC Supplier OEM Division. The contract mandates strict adherence to a comprehensive set of technical and quality requirements from the DLA Master List, including packaging, marking, and inspection standards. Packaging must comply with ASTM D3951 and MIL-STD-129, with palletization and traceable shipping required per DLA requirements. Sampling and inspection follow MIL-STD-1916 or equivalent standards, with acceptance and inspection points located at the destination. The contract does not require item unique identification as per the requesting service's waiver under DFARS 252.211-7003(c)(1)(i). Quality assurance processes are tailored for both manufacturers and non-manufacturers, ensuring removal of government identification from non-accepted supplies and strict physical identification marking for critical application items. Delivery terms specify FOB origin, with zero quantity variance allowed. The designated freight shipping address aligns with the installation at Gulfport, and shipping must avoid parcel post, favoring traceable means. The contracting officer’s point of contact is provided for procurement coordination. Overall, the contract sets a tightly controlled acquisition of a critical aerospace component with emphasis on compliance to military standards and timely delivery.

ASC SUPPLIER OPER OEM DIVISION

POSTED

5 days ago

DEADLINE

in 3 days

View Details
NAICS: 334112
New
Federal

SOLE SOURCE – PCO MEZZANINE CARDS

The Naval Surface Warfare Center Crane (NSWC Crane) is soliciting a sole source request for quotes for 200 PCI Mezzanine Cards (PMC), part number RRT-SPL2498-1, with an option to procure an additional 200 cards within two years of contract award. These cards are critical components for the AN/SPS-73 radar system, used to sustain legacy systems and meet CASREP requirements. Red Rock Technologies, Inc., the Original Equipment Manufacturer (OEM) located in Tempe, Arizona, is the sole source due to the cards’ established qualification and testing program, ensuring compatibility with the radar system. Using any other vendor’s product would require approximately two years and an estimated $1 million to develop a replacement, costs deemed unfeasible. The contract is issued under FAR 12.201-1 for commercial products with a firm fixed price arrangement, and this solicitation will dissolve the previous small business set-aside. While all responsible sources may submit a capability statement, the government reserves the right to decide against competition based on responses. The solicitation, numbered N0016426Q0087, was issued on March 11, 2026, and responses are due by 11:00 PM Eastern Time on March 27, 2026. All proposals must be emailed to the designated point of contact, Rose Brown, and interested vendors are advised to keep track of any amendments or changes via the SAM.gov website. The place of performance is Crane, Indiana, and the applicable NAICS code for this procurement is 334112, which covers computer storage device manufacturing.

Nswc Crane

POSTED

6 days ago

DEADLINE

in 11 days

View Details
NAICS: 334112
New
Federal

ATLAS storage fy26-10.6 PB per Spec 1.0 or its equivalent

Brookhaven Science Associates, LLC (BSA), the operator of Brookhaven National Laboratory under a prime contract with the U.S. Department of Energy, is soliciting quotes through a firm fixed price request-for-quote (RFQ) for the procurement of ATLAS storage capacity totaling 10.6 petabytes as specified in Solicitation AH476164, dated March 10, 2026. This procurement is set aside exclusively for small businesses under the Small Business Administration's Total Small Business Set-Aside program (FAR 19.5). Interested vendors are requested to confirm their receipt of the solicitation and indicate their intent to participate by the response deadline of March 31, 2026. The NAICS code applicable to this solicitation is 334112, and the place of performance is in New York, specifically at Brookhaven National Laboratory’s campus in Upton, NY. Upon award, the contractual relationship will be governed by the Brookhaven Science Associates General Terms and Conditions for Commercial Products and Services, Revision 23, which covers key contractual elements such as acceptance criteria, reporting requirements, workplace policies, order of precedence among documents, and assignment clauses, ensuring adherence to regulatory, safety, and operational standards under BSA management. The solicitation package, accessible via the provided SAM.gov link, includes all necessary attachments outlining detailed specifications and contractual provisions, and this communication serves as the sole formal notification of the procurement opportunity. The primary point of contact for interested parties is Aaron Hagler.

Brookhaven National Labor -doe Contractor

POSTED

6 days ago

DEADLINE

in 15 days

View Details