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.
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 as part of the Tow Communication Buoy Program. This procurement includes essential software for the development of simulation and electronic circuits, as well as circuit board design, with a total contract value of $47 million for three primary software items and necessary maintenance services. The contract will be a Firm Fixed Price agreement, requiring that all items be Brand Name and delivered within one week post-award, with strict adherence to regulatory compliance and security protocols. Interested vendors must submit their responses to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil by 6:00 PM EST on April 30, 2025, as phone inquiries will not be accepted.
AdaCore Software
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of AdaCore Software, which is essential for compiling Ada code used in their systems. The contract aims to acquire an upgraded version of the AdaCore Compiler, addressing compatibility with existing systems and ensuring compliance with cybersecurity standards, as the current version is outdated and unsupported. This procurement is critical for maintaining operational integrity and providing necessary software functionalities to support the fleet, emphasizing the government's commitment to utilizing small businesses, particularly women-owned small businesses, in federal contracting. Interested parties can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil for further details regarding the solicitation and submission requirements.
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.
SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System under solicitation number N00024-25-R-5341. This procurement aims to secure engineering and technical services for the development, integration, and deployment of AEGIS-based combat systems on U.S. Navy surface combatants and international tactical sites. The resulting contract will be a Cost Plus Fixed Fee (CPFF) arrangement, with the potential for an additional award fee, and all work must comply with applicable laws and regulations. Interested offerors can direct inquiries to Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or Robert Larkin at robert.j.larkin25.civ@us.navy.mil, with no funding currently associated with this announcement.
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.
RADAR PRESSURIZATION COOLING SYSTEM (RPCS) CONTROLLER UPGRADE HARDWARE AND FIRMWARE
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is planning to negotiate a sole-source delivery order for the upgrade of the Radar Pressurization Cooling System (RPCS) Controller hardware and firmware with Northrop Grumman Systems Corporation. The objective of this procurement is to modify and test the existing RPCS, which is crucial for providing dry, conditioned air to pressurize and cool high-power radio frequency transmission lines and the Rotary Coupler Assembly. This system is vital for maintaining operational readiness and performance of naval aircraft. Interested parties should note that this acquisition is being pursued under the authority of Title 10, U.S. Code 2304(c)(1), and no competitive solicitation will be issued. For further inquiries, potential subcontractors may contact Vicky Harper-Hall at the provided address in El Segundo, CA.