Data Acquisition and Retrieval System (DARTS)
ID: N6660426RB600Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting a sole-source contract for the Data Acquisition and Retrieval System (DARTS) from General Dynamics Mission Systems Inc. (GDMS). This contract, structured as a Cost Plus Fixed Fee (CPFF) and Indefinite Delivery/Indefinite Quantity (ID/IQ) type, aims to continue the development and application of DARTS technology for collecting and analyzing Submarine Non-Propulsion Electronic System (NPES) data, which is critical for test and evaluation reporting, system performance, and certification processes for various submarine classes. The anticipated performance period spans five years, requiring approximately 314,020 man-hours, with a focus on compliance with extensive security and cybersecurity requirements. Interested parties can direct inquiries to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with the understanding that this solicitation is not open for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the continued application of the Data Acquisition and Retrieval System (DARTS) technology and associated engineering services to support the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Test Program. The contractor will maintain and tailor DARTS for various test events, integrate Government and commercial off-the-shelf products to reduce costs, and provide real-time analysis and data collection during Non-Propulsion Electronics System (NPES) testing. The scope includes DARTS development, test preparation, installation, removal, test conduct, training, data management, analysis, reporting, maintenance, storage, and support for Conventional Prompt Strike (CPS) Weapon System integration. The contractor must adhere to stringent security, cybersecurity, and environmental regulations, and provide various deliverables including technical reports and training materials. Performance will be evaluated on technical quality, cost control, schedule, management, small business utilization, and regulatory compliance.
    This DD Form 254 outlines the security classification specifications for Contract N66604-26-R-B600, awarded to General Dynamics Mission Systems, Inc. The contract requires a Top Secret facility security clearance and safeguarding level. The scope of work involves providing engineering services for technology developed under Phase I and II SBIR efforts for new developmental and legacy NPES systems. The contractor will require access to COMSEC, Restricted Data, NATO, ACCM, CUI, and SIPRnet information. Performance locations include NUWC Division Newport and General Dynamics facilities in Manassas, VA, and Groton, CT. The document details specific security guidance, reporting requirements for incidents and violations, and protocols for handling classified and Controlled Unclassified Information (CUI). It also lists numerous Security Classification Guides applicable to the contract, emphasizing adherence to NISPOM, 32 CFR Part 117, and various Naval instructions for safeguarding sensitive information.
    This GFP Attachment, Solicitation Number N6660426RB600, details a comprehensive list of 85 provisioned items with a delivery date of May 10, 2026. The items cover a wide range of equipment, including waveform generators, servers, laptops, monitors, networking switches, storage devices, and various accessories and cases. Notable high-value items include DELL OPTIPLEX 7000 MICRO units, POWEREDGE R710 and R420 servers, a DUAL XEON RACK SERVER, a FIREPOWER 7010 CHASSIS, and a MIKEL SANS I/O BOX and CABLE. The document specifies quantities, unit acquisition costs, and indicates whether each item is serially managed and upgradable. The attachment also includes logistical items like Pelican cases and a 42 UCOUSTIC SOUNDPROOF SERVER RACK. This extensive list outlines the necessary equipment for a federal government project, emphasizing detailed provisioning for various technological and operational needs.
    The document outlines government property available for contractor use, primarily focusing on facilities at a NUWC site. Contractors will have access to Code 25 Laboratories and Facilities at NUWCDIVNPT, including the Combat Control Systems Laboratory, Trident Life Cycle Support Facility, Combat System Technology Laboratory, and Land Based Integration and Test Site, on a non-interference and rent-free basis. Additionally, an estimated 17 office facilities will be provided. The document explicitly states that no laboratory equipment, office equipment, computer facilities, computer equipment, software, or other items are being made available. It also includes sections for Government Furnished Equipment (GFE) and Government Furnished Material (GFM) that will be provided for contractor use or incorporation into end products, though no specific items are listed in this version of the document. The property access is scheduled with the Contracting Officer's Representative (COR).
    This document outlines the performance requirements for adapting, testing, installing, and maintaining the DARTS system across various submarine classes, including USS VIRGINIA and COLUMBIA Class submarines, as well as in-service submarines undergoing construction or post-shakedown availability. Key requirements include DARTS development and upgrades for NPES or C5I Systems, test preparation, installation and removal, test conduct and training, data management, analysis, reporting, and maintenance/storage. The document also details requirements for Conventional Prompt Strike (CPS) weapon system integration analysis, Cyberspace/Cyber Workforce (CWF) reporting, monthly progress reports, training completion status reports, and adherence to Government Furnished Property (GFP) management regulations. Acceptable Quality Levels (AQLs) and monitoring methods, primarily government feedback from Project Managers, are specified for each task, with performance standards generally set at 90% or 95% compliance.
    Attachment 5 outlines the approved Key Personnel for contract N66604-26-R-B600, detailing the requirements for listing personnel by name, labor category, and the award or modification number under which they were approved. The document specifies that any changes to this list must adhere to the approval process outlined in clause C-237-H002, titled “SUBSTITUTION OF KEY PERSONNEL.” This attachment is crucial for maintaining contract compliance by ensuring that all key personnel are formally documented and any substitutions are properly authorized, which is a standard procedure in government RFPs and contracts to ensure project stability and accountability.
    The document provides instructions for offerors responding to a government solicitation, focusing on the completion and alteration of a spreadsheet for cost proposals. Key instructions include using the yellow parts of the spreadsheet for input, understanding fringe (FRG) and overhead (OVD) codes, and clearly documenting any alterations to the spreadsheet's format or formulas. Offerors can propose escalation on an annual basis instead of the default mid-point calculation, requiring a summary “rollup” spreadsheet. All proposals must include hours by labor category, and spreadsheets without intact formulas are unacceptable. The document also details the calculation of contract escalation, including definitions for
    This government solicitation outlines instructions and conditions for offerors, focusing on a Cost Plus Fixed Fee (CPFF) and Cost Only Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for General Dynamics Mission Systems (GDMS). Key requirements include obtaining CMMC Level 2 (C3PAO) certification, addressing potential organizational conflicts of interest, and submitting a comprehensive proposal electronically. Proposals must detail facility and personnel clearances, a Software Development Plan (SDP), Government Furnished Property (GFP) management, and a Small Business Participation plan with a 10% objective. Cost/price proposals require detailed breakdowns of labor, uncompensated overtime policies, indirect rates, and other direct costs like materials ($319,926) and travel ($1,485,480). Offerors must also identify key personnel, including an Information Assurance Technical (IAT) Level II individual and a Senior Technical Representative (STR), providing resumes and letters of intent for non-employees. All questions must be submitted via email within 15 days of solicitation issuance.
    This government solicitation outlines the evaluation factors for awarding a contract to a sole-source offeror, GDMS, based on pass/fail criteria and cost/price analysis. Key pass/fail requirements include facility and safeguarding clearances, a plan for obtaining personnel clearances within 30 days, and a thorough organizational conflict of interest (OCI) review, requiring a satisfactory mitigation plan if conflicts exist. The proposal must also include a robust Software Development Plan (SDP) covering approach, relevant experience, and process experience, along with methods for managing Government Furnished Property (GFP) in compliance with FAR and DFARS. Small business participation will be evaluated according to objectives or a justified deviation. The government will conduct a cost/price analysis per FAR 15.404-1(c) and potentially FAR 15.404-1(b) to determine a fair and reasonable price, using all available information. Finally, key personnel qualifications, including Information Assurance Technical (IAT) Level II certification and the proposed Site Technical Representative's (STR) management experience, will be assessed. The offeror will be required to submit a Certificate of Current Cost or Pricing Data.
    This government solicitation outlines a sole-source, Cost-Plus-Fixed-Fee (CPFF) contract for Data Acquisition and Retrieval System (DARTS) engineering services and associated direct costs. The contract, rated under the Defense Priorities and Allocations System (DPAS), is awarded to General Dynamics Mission Systems, Inc. (GDMS) as a Small Business Innovative Research (SBIR) Phase III initiative. The objective is to continue developing and applying DARTS technology for the Naval Undersea Warfare Center (NUWC) Test Program, supporting system performance, certification, and developmental testing for various submarine classes, including VIRGINIA and COLUMBIA. The scope encompasses DARTS development, test preparation, installation, removal, conduct, training, data management, analysis, reporting, maintenance, storage, and Conventional Prompt Strike (CPS) weapon system integration. The contractor must comply with extensive security requirements covering COMSEC, Restricted Data, NATO, ACCM, SIPRNET, and Naval Nuclear Propulsion Information. Furthermore, the contract mandates adherence to cybersecurity qualifications, reporting, and incident response protocols, including NIST 800-171 controls and engagement with NCIS. Deliverables include various technical and management reports, and the contract specifies performance evaluation criteria for technical quality, cost control, schedule, management, small business utilization, and regulatory compliance.
    Lifecycle
    Similar Opportunities
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    DT-511C and DT-592D Hydrophones and Spare Parts
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves establishing a five-year indefinite delivery/indefinite quantity (ID/IQ) contract on a Firm Fixed Price (FFP) basis, requiring the contractor to design, manufacture, test, and deliver up to three First Article Hydrophones and up to 650 production hydrophones, along with up to 100 spare parts for each model. These hydrophones are critical for the Navy's fleet operations, supporting both surface ships and submarines. Interested parties should submit their capabilities and responses by providing company information and a technical white paper, with inquiries directed to Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
    Payload Control System (PCS)
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    Notice of Intent to Sole Source F-35 JPO Unclassified IT Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract extension for unclassified IT services to General Dynamics One Source (GDOS) for the F-35 Joint Program Office (JPO) in Arlington, Virginia. The contract will support the transition of the unclassified IT network to a new data center, encompassing a range of services including program management, cybersecurity, and operations and maintenance. This procurement is critical as it ensures the continuity of services during the migration of classified and unclassified servers, which is essential to avoid data loss and security vulnerabilities. Interested parties may submit capability statements within 15 days of the notice, with the anticipated award date set for on or before January 31, 2026. For further inquiries, contact Sanjana Garg at Sanjana.Garg@jsf.mil or John Meyers at John.Meyers@jsf.mil.
    Repair and Technical Support of Maritime Domain Awareness (MDA) System
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, is seeking to award a Firm Fixed Price task order for the repair and technical support of the Maritime Domain Awareness (MDA) System. This procurement aims to secure repair and support services from Northern Defense Industries (NDI), focusing on electronic and precision equipment maintenance as outlined under NAICS code 811210 and PSC code J059. The MDA System is crucial for enhancing maritime security and operational effectiveness. Interested vendors must submit a quote along with three specific documents: Attachment 1 Pricing Model, Attachment 5 Section B, and Attachment 6 Reps and Certs, by contacting Omar Fraser-Rahim at omar.k.fraser-rahim.civ@us.navy.mil or by phone at 843-218-2187.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.