Weapons Effects
ID: N00167-25-RFPREQ-CD-66-0014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater (UNDEX) and air (AIREX) explosion analysis for Navy vessels. The procurement aims to enhance the Navy's capabilities in assessing and mitigating the impacts of weapon engagements through the use of specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments. This initiative is critical for ensuring operational readiness and compliance with government protocols, with a contract type anticipated to be Cost-Plus-Fixed Fee (CPFF) over a potential five-year period. Interested parties must submit their completed Market Research Questionnaire and capability statements by May 22, 2025, to the primary contact, Shelby B. O'Neill, at shelby.b.oneill.civ@us.navy.mil, or by phone at 240-445-4808.

    Files
    Title
    Posted
    The Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater and air explosion analysis for Navy platforms. The contractor will utilize specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments, with specific objectives outlined in a comprehensive scope of work. This includes software development, training, and the creation of finite element models to enhance ship survivability against weapon effects. The task order spans various research, development, test, and evaluation activities, requiring strict adherence to software development practices, security requirements, and reporting obligations. The contract includes a base year and four optional years, along with a transition plan for seamless onboarding of contractor personnel. Security is highlighted as a priority, with provisions for handling classified information and electronic spillages. Overall, this initiative aims to advance the Navy's capabilities in assessing and mitigating the impacts of threat weapon engagements while ensuring operational readiness and compliance with government protocols.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is conducting market research through a questionnaire to identify potential contractors—both small and large businesses—capable of providing scientific and technical services related to underwater and air explosion analysis for Navy vessels. The anticipated NAICS code is 541330, with a small business size standard of $47 million. The contract type is Cost-Plus-Fixed-Fee (CPFF), subject to change. The focus areas for the required services include UNDEX shock qualification, damage assessments, and ship survivability for research, development, test, and evaluation of submarine and surface ship programs. Interested companies must provide detailed information about their capabilities, previous government contracts, and socio-economic status, along with a narrative describing their qualifications. The document aims to gather information on available businesses capable of meeting the specialized needs of the Navy in these critical areas.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) issued a Sources Sought Notice to solicit industry input on a requirement for contractor support in scientific and technical services related to underwater (UNDEX) and air (AIREX) explosions analysis for undersea and surface vessels. This notice is not an official Request for Proposal (RFP) and does not lead to a contract award. The anticipated contract, a Cost-Plus-Fixed Fee (CPFF) type, may span five years. Current services are provided under existing contracts with various companies. Interested parties are encouraged to complete a Market Research Questionnaire and submit it by specified deadlines, with responses aiding the government in assessing contractor capabilities. This outreach aims to gauge industry interest and inform small business set-aside decisions as per federal guidelines. Queries notated in a specific format must be directed to designated government contacts. All submitted information will be kept confidential and will not incur any response fees. This notice represents a preliminary stage in government procurement aimed at enhancing future solicitations.
    The document addresses specific questions related to a federal Request for Proposals (RFP) concerning live fire events and software testing. It clarifies that the scope of the task does not entail the design of live fire tests but focuses on utilizing software tools that support decision-making during live fire events, including pre-shot predictions. Furthermore, it confirms that "testing strategies" as mentioned in the RFP encompass software testing, indicating that the development of Modeling & Simulation (M&S) plans will include this aspect. This clarification is essential for potential vendors to align their proposals with the project's objectives, ensuring they adequately address software enhancements and testing methodologies as part of the overall development strategy.
    Lifecycle
    Title
    Type
    Weapons Effects
    Currently viewing
    Sources Sought
    Similar Opportunities
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research (ONR), is seeking proposals for the Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator, aimed at developing an ultra-large autonomous undersea vehicle capable of conducting extended ocean missions with a large modular payload. The initiative emphasizes rapid design, build, and testing phases, specifically focusing on establishing the technical feasibility of the vehicle and the necessary operational infrastructure to support a hypothetical OEX squadron. This program is critical for advancing naval capabilities in uncrewed underwater vehicle technology, with a total funding expectation of $30 million for up to two contracts. Interested parties must submit white papers by October 24, 2025, with full proposals due by December 1, 2025; for further inquiries, contact Leila Hemenway at leila.k.hemenway.civ@us.navy.mil or call 703-696-0694.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Propulsor Duct Machining
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Naval Surface Warfare Center Carderock Division Qualitative Data Training
    Dept Of Defense
    The Naval Surface Warfare Center (NSWC) Carderock Division is seeking contractor services to design and deliver a comprehensive qualitative data training program aimed at enhancing the skills of government teams in qualitative data analysis and narrative development. This training initiative will include asynchronous self-paced modules, interactive virtual workshops, and a multi-day in-person capstone event, with a focus on equipping participants with the necessary skills to articulate the value and impact of NSWC initiatives effectively. Interested vendors should demonstrate relevant experience, particularly in federal agencies and qualitative research methodologies, and are encouraged to submit their capabilities statements by 3:00 PM Norfolk, VA time on January 6, 2026, to David Crouch at david.w.crouch3.civ@us.navy.mil. This opportunity falls under NAICS Code 611430, with a size standard of $15 million, and is classified as a sources sought notice, meaning no contract will be awarded from this notice.
    VXRail Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The procurement includes software support, on-site service, and 24/7 hardware technical support for a total of 16 units, along with ProSupport Next Business Day service for 32 units, all related to the VxRail V570F systems. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline, while adhering to operations security requirements.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.