Data Acquisition and Retrieval System (DARTS)
ID: N6660426RB600Type: Presolicitation
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 Division Newport (NUWCDIVNPT), intends to award a sole source contract for the Data Acquisition and Retrieval System (DARTS) technology to General Dynamics Mission Systems, Inc. (GDMS). This contract aims to provide ongoing support for the collection and analysis of Submarine Non-Propulsion Electronic System (NPES) data, essential for test and evaluation reporting, system performance, and technology integration efforts. The contractor will be responsible for maintaining and tailoring DARTS, integrating various products, and ensuring compliance with security and environmental regulations, with an anticipated performance period requiring 314,020 man-hours over five years. Interested parties may submit capability statements to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with further details expected to be released in early December 2025.

    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole-source contract with General Dynamics Mission Systems (GDMS) for the capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, Massachusetts. This procurement aims to manage and perform essential maintenance on equipment and facilities that support the Trident II Strategic Weapons System Fire Control System program. The opportunity is significant as it ensures the operational readiness and reliability of critical defense infrastructure. Interested parties can direct inquiries to Lauren Shallow at lauren.shallow@ssp.navy.mil or Bina Russell at bina.russell@ssp.navy.mil; however, it is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    DT-513 Series Hydrophones
    Buyer not available
    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.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    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.
    Pharmacy Data Warehouse
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to extend the contract for the Pharmacy Data Warehouse (PDW) managed by General Dynamics Information Technology, Inc. (GDIT) for an additional 16 months, until July 24, 2024. This bridge action is necessary to maintain the continuity of services related to the management of TRICARE pharmacy transaction data, which is critical for ensuring patient safety and supporting various analyses related to drug utilization and fraud prevention. The extension is vital to avoid disruptions that could impact the Federal Pricing Refund Program and the Military Health System's readiness tools, as well as to fulfill congressional reporting requirements. Interested parties can contact Viktoria Reed at viktoria.s.reed.civ@health.mil or call 303-676-3648 for further information.
    DATA SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Naval Surface Warfare Center Carderock Division Modeling and Simulation Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division, intends to award a sole source contract for Modeling and Simulation Services to Advanced Rotorcraft Technology, Inc. This procurement is justified under the statutory authority of 41 U.S.C. 1903 and Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can meet the agency's requirements. The services are critical for supporting naval operations and ensuring the effectiveness of advanced rotorcraft technologies. Interested parties may direct inquiries to David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929, as this notice is not a request for competitive proposals.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    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.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.