Opportunity
PIEE #N0017826Q6741
NSWC Dahlgren Division Solicits Rohde & Schwarz Signal Generator System and Modules
Buyer
NSWC Dahlgren
Posted
May 05, 2026
Respond By
May 15, 2026
Identifier
N0017826Q6741
NAICS
334511, 334290, 423690, 334515
The Naval Surface Warfare Center Dahlgren Division (NSWCDD), part of the U.S. Navy, is seeking quotations for Rohde & Schwarz signal generator equipment and associated modules to support shipboard Electromagnetic Interference (EMI) testing and advanced radar/waveform generation. - Government Buyer: - U.S. Navy, Naval Surface Warfare Center Dahlgren Division (NSWCDD) - Offices: Comptroller C1B; Electromagnetic and Sensor Systems Department, Electromagnetic Effects Division (B50), Electromagnetic Environmental Effects Systems Integration Branch (B54) - OEM (Original Equipment Manufacturer): - Rohde & Schwarz USA, Incorporated - Products Requested (all quantities of 1): - Vector Signal Generator, base unit (part number 1412.0000.02) - Frequency Range Module, 100 kHz to 20 GHz for RF path A (1428.5107.02) - Wideband Baseband Main Module, two I/Q paths (1413.8005.02) - Wideband Baseband Generator, 500 MHz RF bandwidth, 256M samples (1413.7350.02) - Additional White Gaussian Noise Module (1413.3484.02) - Wideband Extended Sequencing Module (1413.9260.02) - ARB Memory Extension to 2G samples (1413.9360.02) - Baseband Extension to 1 GHz RF bandwidth (1414.6129.02) - Pulse Modulator, frequency option (1413.3249.02) - High Performance Pulse Generator (1413.3284.02) - Multi-Function Generator (1413.3332.02) - Multi Carrier CW Signal Generation Module (1413.4280.02) - Pulse Sequencing Module (1413.8805.02) - Enhanced Pulse Sequencing Module (1413.9776.02) - Notable Requirements: - Sole source, brand-name procurement for compatibility with existing Rohde & Schwarz systems - All items must be delivered to NSWC Dahlgren, VA - DoD unique item identification required - Firm fixed pricing; all shipping and tariff costs included - OEM authorization documentation must be provided - Delivery required within 14 weeks of award, Monday–Friday, 7:00 a.m. to 2:30 p.m., excluding government holidays
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6741Submitted by: Karen MajorNAICS Code: 334515FSC/PSC Code: 6625Anticipated Date to be published in SAM.gov: 5 May 2026Anticipated Closing Date: 15 May 2026Contracts POC Name: Karen MajorTelephone: 540-742-8863Email Address: karen.l.major7.civ@us.navy.mil PSC/FSC Code and Description: 6625 – Electrical/Electronic Properties Measuring and Testing InstrumentsBasis for award: __ Brand Name - FAR 6.103-1(d)X Sole Source - FAR 6.103-1(b)__ Full and Open - FAR 6.101__ Total Small Business Set Aside - FAR 19.104-1 This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.Synopsis/Solicitation N0017826Q6741 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply – except where an exception applies.The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products manufactured by Rohde and Schwarz USA, Incorporated for the following parts. See the attached Requirements List. Part Number Description Qty1412.0000.02 Vector Signal Generator, base unit - Trade-In: Model 7102 - B010447 11428.5107.02 Frequency range: 100 kHz to 20 GHz for RF path A 11413.8005.02 Wideband baseband main module, two I/Q paths to RF section 11413.7350.02 Wideband baseband generator, 500 MHz RF bandwidth, 256M samples 11413.3484.02 Additional white Gaussian noise 11413.9260.02 Wideband Extended Sequencing for R and S®SMW-B9 11413.9360.02 ARB Memory Extension to 2G samples (SL) 11414.6129.02 Baseband extension to 1 GHz RF bandwidth 11413.3249.02 Pulse modulator, frequency option 11413.3284.02 High performance pulse generator 11413.3332.02 Multi-function generator 11413.4280.02 Multi carrier CW signal generation (SL) 11413.8805.02 Pulse Sequencing (SL) 11413.9776.02 Enhanced Pulse Sequencing (SL) 1Rohde and Schwarz USA, Incorporated is located in Columbia, MD. The Rohde and Schwarz USA, Incorporated hardware and software, is compatible in all aspects with existing R and S hardware and peripherals currently in use. The introduction of any other manufacturer’s hardware and software would cause unacceptable delays to the program schedule and would not meet mission requirements.All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. 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. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made on a Lowest Price Technically Acceptable basis.In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due by 15 May 2026, no later than 12:00 p.m. EST with an anticipated award date by 15 June 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to karen.l.major7.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6741 in the subject line.Attachments – -Requirements List-SF1449: Solicitation