AN/BYG-1 Payload Control System
ID: N00024-25-R-6222Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FIRE CONTROL DESIGNATING AND INDICATING EQUIPMENT (1260)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
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.
2025 US and UK Weapon Control Systems Spares and Special Support Equipment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking to procure weapon control system spares and special support equipment for the U.S. and U.K. This procurement involves a Basic Ordering Agreement (BOA) Order to General Dynamics Mission Systems (GDMS) for spare parts related to the Fire Control System (FCS) Auxiliary System, including the Strategic Weapons System Maintenance Information Network (SWSMIN) and associated support equipment. The contract will be awarded on a sole source basis due to GDMS being the only manufacturer with the necessary expertise and capabilities for the Trident (II) D5 Strategic Weapon System. Interested subcontractors can reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
DCSS 20 Inch Display Refresh
Buyer not available
The Department of Defense, specifically the Strategic Systems Programs office within the Department of the Navy, is planning to procure a Basic Ordering Agreement (BOA) Order to refresh the Display and Control Subsystem (DCSS) 101 Console display. This procurement involves the delivery of an obsolescence refresh program plan, a Technical Data Package (TDP), and documentation for in-progress reviews, all to be executed in accordance with relevant Ordnance Directives and Technical Program Management processes. The contract will be awarded on a sole source basis to General Dynamics Mission Systems (GDMS) due to their unique capabilities and expertise as the sole manufacturer of the Trident (II) D5 Strategic Weapon System Fire Control System. Interested subcontractors may reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.
Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components in support of the MK 99 Fire Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources capable of supplying Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components to support the MK 99 Fire Control System. Interested firms must demonstrate their capabilities, including facility details, tooling, experience, and supply chain management, while also addressing potential barriers to entry and providing estimated unit prices and lead times for the components. This procurement is critical for maintaining the operational readiness of the MK 99 Fire Control System, which plays a vital role in naval defense operations. Interested parties should respond to the Request for Information (RFI) by contacting Michael Peduto or Robert Larkin, with responses limited to 30 pages and no deadline specified for submissions.
015 Power Converter Refresh
Buyer not available
The Department of Defense, specifically the Strategic Systems Programs office within the Department of the Navy, is seeking to procure a Basic Ordering Agreement (BOA) Order for the refresh of the 015 Power Converter from General Dynamics Mission Systems (GDMS) in Pittsfield, MA. The procurement involves the delivery of a converter power supply refresh program plan, a technical data package, the build and testing of a power converter qualification unit, and documentation to support required qualification efforts, all in accordance with applicable Ordnance Directives and Technical Program Management processes. This effort is critical as GDMS is the sole manufacturer of the Trident (II) D5 Strategic Weapon System Fire Control System, possessing the unique expertise and capability necessary for the task. Interested parties for subcontracting opportunities should reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, via email at alexis.petro@gd-ms.com, while the primary contact for the government is Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
Technical Services for Control Systems (Lockheed Martin) - N64498-25-RFPREQ-PD-50-0003
Buyer not available
The Department of the Navy, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking technical services for control systems related to the DDG-51, Freedom variant, and LHA-8AF under a Request for Information (RFI). The procurement aims to gather market insights for design agent engineering and technical services, including software support, engineering design, logistics, and troubleshooting, with a focus on lifecycle engineering for Hull, Mechanical, and Engineering (HM&E) Control Systems. This initiative is critical for sustaining Navy vessels and enhancing operational effectiveness, as it emphasizes collaboration with contractors to provide expert technical support. Interested parties must submit their capabilities in response to the RFI by April 22, 2025, and can contact William Devito at william.j.devito8.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil for further information.
FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software for the Tow Communication Buoy Program (TBC). This software is essential for the development of simulation and electronic circuits, as well as for generating circuit board designs. The procurement is set aside for small businesses under the SBA guidelines, and the government intends to solicit and award the contract to a single source. Interested parties can direct their inquiries to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil or by phone at 445-227-7612, as phone calls will not be accepted.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.