This is a combined synopsis solicitation for commercial items/services for a Tsunami 24 Upgrade. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/services manufactured by Textron Systems Corporation. The procurement includes software updates for UMAA 6. 0 compliance, backwards compatibility, and removal of RTI license dependency. It also includes hardware updates to the vehicle computer for system architecture simplification and compatibility with future Navy purchases. A training package update is also required. Travel and an OnLogic Karbon 804 computer are also part of the requirement. Cybersecurity compliance, including NIST **** and CMMC Level 2, is mandatory. The contract will be firm-fixed-price and awarded on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must be registered in the System for Award Management (SAM) and provide documentation from the Original Equipment Manufacturer (OEM) confirming they are an authorized reseller. Quotations are due by May 6, 2026, 12:00 PM EST. Questions can be submitted via email to marcia. m. rennie. civ@us. navy. mil.
The period of performance for the software update phase 1 is 60 days, and for the hardware and software update phase 2 is four months. The overall contract delivery period for lot **** is from May 25, 2026, to September 25, 2026. For lot ****, the period of performance is also from May 25, 2026, to September 25, 2026. For lot ****, the delivery lead time is 13 weeks from the date of award. The bid notice states, The bid notice states, 'Period of performance for this task is 60 days. ' and 'Period of performance for this task is four 4 months. ' and 'Period of performance from 25 may 2026 to 25 sep 2026' and 'ship to from date of lead time contractor 13 weeks'
The bid notice states, The contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: 1 Document type. The contractor shall submit payment requests using the following document types: i For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. ii For fixed-price line items a that require shipment of a deliverable, submit the invoice and receiving report specified by the contracting officer. b For services that do not require shipment of a deliverable, submit either the invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the contracting officer. iii For customary progress payments based on costs incurred, submit a progress payment request. iv For performance-based payments, submit a performance-based payment request. v For commercial financing, submit a commercial financing request.
The bid notice states, The contractor shall extend to the government the full coverage of any standard commercial warranty normally offered in a similar commercial sale at no additional cost to the government. and The warranty covers a period of months. Offeror is to insert number.
The bid notice states, Award will be made on a lowest price technically acceptable basis.
The bid notice states, In order to be eligible for award, firms must be registered in the system for award management SAM. and The offeror shall provide documentation from the original equipment manufacturer OEM confirming the offeror is an authorized reseller or distributor of the brand name item s quoted. and Quotations that take exception to the terms and conditions of this solicitation may be rejected. and The CMMC level required by this solicitation is: contracting officer insert: CMMC Level 1 Self CMMC Level 2 Self CMMC Level 2 C3PAO or CMMC Level 3 DIBcac. This CMMC level, or higher see 32 CFR part 170, is required prior to award for each contractor information system that will process, store, or transmit federal contract information FCI or controlled unclassified information CUI during performance of the contract.