ADVANCED TECHNOLOGY DEVELOPMENT DEPARTMENT AIRBORNE ANTI-SUBMARINE WARFARE ENGINEERING SERVICES REQUIREMENT for NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)
ID: N0042125R0030Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking sources for Airborne Anti-Submarine Warfare (ASW) Engineering Services to support its Advanced Technology Development Department. The contract aims to enhance the research, design, development, testing, integration, and support of avionics and mission systems for both manned and unmanned naval air platforms, ensuring compliance with regulatory frameworks and maintaining compatibility with existing Government IT systems. This initiative is critical for advancing naval aviation capabilities and will involve a single award indefinite delivery/indefinite quantity structure, with a contract anticipated to commence in September 2026. Interested firms must submit their capabilities by 4 PM EST on March 17, 2025, and can contact Courtney Burgos at courtney.l.burgos.civ@us.navy.mil or Michael J. Coon at michael.j.coon8.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) delineates the requirements for a contract supporting the Advanced Technology Development Department's Airborne Anti-submarine Warfare (ASW) Systems Engineering Division. Its primary purpose is to enhance the research, design, development, test, integration, and support of avionics and mission systems for naval air platforms, both manned and unmanned. The contract will facilitate technical and administrative services essential for life cycle phases including planning, research, acquisition, and maintenance of various airborne systems, employing a single award indefinite delivery/indefinite quantity structure. Key operational areas include systems engineering for acoustic and non-acoustic ASW systems, navigation and communication systems, and disruptive technologies. The contractor must guarantee compliance with extensive regulatory frameworks and ensure collaboration within a complex environment, requiring stringent security measures and access to classified information. The project encompasses responsibilities for maintaining compatibility with existing Government IT systems, conducting technical planning and assessments, and implementing risk management strategies. Deliverables include detailed progress reports, compliance with security protocols, and a project management oversight process, ensuring oversight and quality of contractual obligations. The overarching goal is to ensure the provision of reliable, advanced, and affordable technology solutions in alignment with naval aviation objectives.
    The document outlines a multi-year federal request for proposals (RFP) and funding allocation plan, detailing staffing requirements and associated labor hours needed across various performance years, from 2026 to 2031. It specifies the Full-Time Equivalent (FTE) personnel required for government and contractor sites, as well as regular labor hours necessary for project execution. Each fiscal year introduces incremental adjustments in staffing, reflecting an overall increase in allocated hours and FTEs. The comprehensive breakdown demonstrates the proportional distribution of labor resources aimed at optimizing service delivery while addressing compliance with federal regulations. Emphasis is placed on thorough planning to ensure that project objectives align with budgetary constraints and operational needs. This initiative underscores the government's commitment to maintaining robust oversight in resource management, ultimately supporting effective program implementation in alignment with federal standards and local requirements. The detailed nature of the document serves as a framework for managing future contracts and maintaining transparency in resource allocation.
    The document is a solicitation for sources sought regarding engineering services to support the Airborne Anti-Submarine Warfare Engineering Services for the Naval Air Warfare Center Aircraft Division (NAWCAD). It outlines requirements for interested companies to provide detailed company profiles, including size standards under specific NAICS codes, capabilities, experience on similar contracts, staffing availability, and security clearances. The document emphasizes the necessity for small businesses to perform at least 50% of the contract work and encourages collaboration through joint ventures or teaming arrangements. The government also invites industry feedback regarding the solicitation structure, labor categories, and any potential barriers to competition. The goal is to gauge industry capabilities and readiness for a potential 5.5-year contract commencing in September 2026. Continuous communication with potential bidders is solicited to enhance the final RFP process and ensure it accurately reflects industry standards and capabilities.
    The Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking capabilities for Airborne Anti-Submarine Warfare (ASW) Engineering Services through a Sources Sought Notice. The Advanced Technology Development Department aims to augment its workforce across multiple areas, including engineering, IT, logistics, and program management, to support avionics and mission systems for naval air platforms. The scope encompasses technology assessment, system integration, training, and ensuring environmental compliance, focusing on both legacy and new systems. This requirement follows contract N00421-20-D-0123 and may consolidate with contract N68335-20-F-3001. The government intends to use market research to identify eligible firms, assess potential small business set-aside opportunities, and refine the proposal process. Key performance locations will be at Naval Air Station Patuxent River, MD, and other sites as necessary. The anticipated single award contract will require capability in handling sensitive information, with a significant level of past performance required in relevant areas. Interested companies must submit their capabilities by 4 PM EST on March 17, 2025, adhering to specific submission guidelines.
    Similar Opportunities
    Anti-Submarine Warfare Development for Undersea Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking proposals for the development of Anti-Submarine Warfare capabilities for undersea systems. This procurement aims to enhance national defense through innovative research and development in the physical, engineering, and life sciences, focusing on experimental development in military applications. The work will be performed in Atlanta, Georgia, and is critical for advancing the United States' undersea warfare capabilities. Interested parties can reach out to Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil for further details, with the presolicitation notice indicating the importance of timely engagement in this opportunity.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the Integrated Condition Assessment System (ICAS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential providers for the Integrated Condition Assessment System (ICAS). The objective of this procurement is to identify suppliers capable of delivering comprehensive engineering and technical services for the development, modernization, deployment, and life cycle maintenance of ICAS, which is designed to enhance operational efficiency and safety on U.S. Navy vessels through automated monitoring and real-time data analysis. Key contractor responsibilities will include providing in-service engineering support, software management, cybersecurity compliance, and developing training materials, with the ultimate goal of ensuring reliable management and enhancement of these advanced monitoring systems. Interested companies are invited to submit white papers detailing their qualifications by the deadline of March 13, 2025, and can direct inquiries to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    NAWCAD Long Range Acquisition Forecast (LRAF) – FY25
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), has announced the FY25 Long Range Acquisition Forecast (LRAF) for its procurement requirements. This forecast outlines various opportunities for engineering services, particularly in technology and support for military operations, including systems engineering and command & control sectors, over the fiscal years 2024 to 2029. The LRAF serves as a strategic planning tool for potential contractors, detailing Indefinite Delivery Indefinite Quantity (IDIQ) contracts with values ranging from $10 million to over $900 million, while emphasizing the importance of technological advancement in enhancing U.S. military capabilities. Interested parties can reach out to Alfred W. Hensler at alfred.hensler@navy.mil or by phone at 301-757-5934 for further information, noting that updates will be made quarterly and that this notice is for informational purposes only, with no obligation for contract solicitation.
    16--BOGEY ASSEMBLY, AF
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the procurement of the Aft Bogey Assembly, a critical component used in naval aircraft operations. This solicitation requires that all bidders be government-approved sources, with a focus on non-price factors such as capacity, delivery, and past performance being more significant than price in the evaluation process. The components are classified as Flight Critical, necessitating stringent quality assurance measures and engineering source approval from the Naval Air Systems Command. Proposals must be submitted by 2:00 PM EST on March 7, 2025, and interested parties can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further information.
    Engineering Support / Shipboard Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is seeking proposals for engineering support and shipboard services. This solicitation aims to procure professional engineering services that are critical for the operational readiness and maintenance of naval vessels. The services provided will play a vital role in ensuring the effectiveness and efficiency of naval operations. Interested vendors can reach out to Contract Specialist Jeanette Mason at jeanette.l.mason2.civ@us.navy.mil or by phone at 757-541-5321 for further details regarding the submission process and any associated deadlines.