NCTAMS LANT GRINDAVIK
ID: N0018925NCTSGRINDType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking qualified contractors to provide technical support for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) at Detachment Grindavik, Iceland. The procurement involves operating and maintaining the Low Frequency Fixed Submarine Broadcast System (FSBS), requiring 24/7 availability and comprehensive management of equipment and facilities over a contract period that includes a twelve-month base and four option years. This contract is critical for ensuring effective military communication systems in strategic areas, supporting national defense operations. Interested parties must submit a capabilities statement by February 13, 2025, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Naval Computer and Telecommunications Station Hampton Roads Detachment Grindavik (NCTS HR DET) outlines the contractor’s responsibilities for operating and maintaining the Low Frequency Fixed Submarine Broadcast System (FSBS) in Iceland. The contract entails a twelve-month base period followed by four option years. Key responsibilities include comprehensive equipment and facility management, maintenance tasks, and operational reporting. The contractor must ensure 24/7 facility operations, including activating, monitoring, and deactivating transmitters, handling outages, and maintaining communication logs. A critical aspect is the orientation and phase-in period, ensuring smooth transitions between incumbents and incoming personnel. Quality assurance and compliance with Navy and federal standards are emphasized, with specific reports required for performance monitoring, including maintenance rates and situational reports. Additionally, the contractor is obligated to maintain security protocols, manage repair parts efficiently, and adhere to environmental compliance. This PWS exemplifies the U.S. Government's commitment to stringent operational standards for military communication systems, ensuring effective support for national defense operations in strategic areas.
    The document is a Request for Information (RFI) regarding the provision of Technical Support for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) at DET Grindavik, Iceland. It outlines the need for contractor support for the Low Frequency Fixed Submarine Broadcast System, requiring 24/7 availability. The anticipated contract type is Firm Fixed Price, with a base period from March 1, 2026, to February 28, 2027, and options extending until August 31, 2031. The RFI aims to gather information on the capabilities of businesses interested in providing the required services. Interested parties must submit a capabilities statement, outlining their qualifications, experience, and compliance with the relevant regulations. The document emphasizes that this RFI is strictly for market research and does not constitute a solicitation for a contract. Responses are limited to no more than four pages and are due by February 13, 2025. The Navy encourages input from both large and small businesses, particularly noting the potential for small business participation based on demonstrated interest and capability. The government will not assume liability for costs incurred by respondents or for travel expenses related to this announcement. The document serves as a preparatory step toward potential solicitation and planning for future contracting needs.
    Lifecycle
    Title
    Type
    NCTAMS LANT GRINDAVIK
    Currently viewing
    Sources Sought
    Similar Opportunities
    Maintenance and Support of Nortel Telephone Switch
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the maintenance and support of Nortel telephone switches at Naval Support Activity (NSA) Souda Bay, Crete, Greece. The contract will provide 24/7 technical assistance and equipment maintenance from April 1, 2025, to March 31, 2029, with an option for three additional years, ensuring reliable telecommunications support critical for operational effectiveness. Key services include unlimited remote support, emergency and routine repair services, and timely replacement of parts, all while adhering to Department of Defense policies. Interested parties should contact Magdalini Schoulidou at magdalini.schoulidou.ln@us.navy.mil or Kelly McFarlin at Kelly.n.mcfarlin.civ@us.navy.mil for further details.
    AN/SRQ-4 Radio Terminal Set; Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking to award a contract modification for engineering services related to the AN/SRQ-4 Radio Terminal Set. This procurement aims to increase the contract ceiling value for additional engineering support, building on the existing contract awarded to L3 Technologies, Communications Systems - West, which involves the development, testing, manufacturing, and support of the Common Data Link Hawklink for surface combatants. The opportunity is critical for enhancing communication capabilities within the Program Executive Office Integrated Warfare Systems (PEO IWS) 5.0. Interested parties are encouraged to express their interest and capabilities within 15 days of this notice, with all submissions being at the submitter's expense. For further inquiries, potential offerors can contact Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.
    FMS Repair N0038325Q506R
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the FMS Repair N0038325Q506R opportunity. This procurement involves the repair of Foreign Military Sales (FMS) items, specifically for NIIN 219143903, with a quantity of two units identified by part numbers 2000 and serial numbers 305 and 260. The services are crucial for maintaining operational readiness and support for communication equipment, categorized under the NAICS code 334290 and PSC code 5895. Interested parties can reach out to Danielle M. Cutrera at (215) 697-6566 or via email at DANIELLE.CUTRERA@NAVY.MIL for further details.
    5998 - FMS REPAIR OF (1) IGITAL TUNE OSCILLATOR.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of one unit of the IGITAL TUNE OSCILLATOR, a critical component for the F-18 aircraft, intended for the country of Switzerland. The procurement requires contractors to provide labor, materials, and facilities necessary to restore the oscillator to operational condition, as the government lacks the data to perform the repair independently. This opportunity underscores the importance of maintaining operational readiness for military aircraft systems. Interested parties must submit capability statements within five days of the notice publication, and inquiries can be directed to Brian Emde at 215-697-3071 or via email at brian.emde@navy.mil.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Radio Frequency Distribution and Control Systems (RFDACS) units and subcomponents, along with associated engineering and obsolescence management services. This initiative aims to enhance military submarine capabilities by developing, testing, and delivering the RFDACS OK-700 system, which is critical for effective communication and control in defense operations. Interested contractors must comply with stringent regulatory standards and provide detailed proposals that include quality control measures, funding sources, and personnel qualifications. For further inquiries, potential bidders can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462. The solicitation details and associated documents are available for review, and adherence to the outlined requirements is essential for successful proposal submission.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    USNS LEWIS AND CLARK (SWBD LOOP INTERLOCK)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of ship service switchboard interlock failures on the USNS Lewis and Clark. The procurement aims to ensure high-voltage safety compliance during the service period scheduled from February 17-21, 2025, at Naval Weapons Station Earle, New Jersey. This equipment is critical for ship safety, preventing potential hazards to the vessel, crew, or environment, and the urgency of the requirement necessitates a non-competitive procurement process. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil.
    5985 - FMS repair of ANTENNA
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the AS-3972/A antenna, specifically identified by NIIN 014110200. The procurement is intended for the Original Equipment Manufacturer (OEM), Rockwell Collins, Inc., as the only known source capable of providing the necessary repair support, with no drawings or data available for alternative suppliers. This antenna is critical for military operations, and the contract duration is set for one year, with a focus on compliance with UID and Buy American clauses. Interested parties must submit their capability statements to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil within 15 days of this notice, while proposals received within 45 days will also be considered.
    5826- N00383-25-R-500T 5-YEAR REQUIRMENTS IN SUPPORT OF SUPPORT EQUIPMENT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a five-year requirements contract for the repair and modification of military support equipment, specifically targeting services from ELBIT SYSTEMS C4I AND CYBER. This contract will encompass the supply of parts, materials, and labor necessary for the repair processes, ensuring compliance with government specifications and quality standards. The initiative is crucial for maintaining military readiness, emphasizing meticulous supply and repair management to support operational capabilities. Interested parties can reach out to Jessica T. Grzywna at JESSICA.GRZYWNA@NAVY.MIL for further details regarding the solicitation, which includes a list of nomenclatures, NSNs, part numbers, and estimated yearly quantities.
    Local Telecommunication Services - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified businesses to provide Local Telecommunication Services (LTS) at Fairchild Air Force Base (AFB) in Washington. The procurement aims to establish a contractor capable of delivering comprehensive telecom services, including 24/7/365 support for 800 lines, adhering to federal telecommunications standards and ensuring operational integrity during outages. This contract is critical for maintaining effective communication capabilities essential for government functions, with a potential multi-year award consisting of a base year and four option years. Interested parties must submit their capability statements by February 13, 2025, at 10:00 AM Pacific Time, and should contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.