NOTICE OF INTENT TO SOLE SOURCE CONTRACT MODIFICATION for Mobile Mission Systems- Special Missions Continued Support
ID: N00421-22-C0025Type: Combined Synopsis/Solicitation
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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to negotiate a sole source contract modification with CACI for continued support of critical Signals Intelligence (SIGNIT) and Electronics Intelligence (ELINT) systems. This modification will extend the existing contract (N00421-22-C-0025) by adding two option years to ensure uninterrupted support, leveraging CACI's unique expertise and existing knowledge of the program. The services required include production systems engineering, system upgrades, maintenance, troubleshooting, training, and documentation, all vital for the operational readiness of these systems. Interested parties can contact Jessica Johnson at jessica.l.johnson450.cvi@us.navy.mil for further information, noting that this notice does not constitute a request for competitive proposals.

    Files
    No associated files provided.
    Similar Opportunities
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    DRAFT NAWCAD WOLF SCMS SCRIF FOLLOW ON N00421-25-R-0057
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the DRAFT NAWCAD WOLF SCMS SCRIF FOLLOW ON contract (N00421-25-R-0057). The selected contractor will provide engineering and technical services to support the Special Communications Mission Solutions (SCMS) Division at the Webster Outlying Field (WOLF), focusing on the rapid installation of various Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) equipment. This procurement is critical for enhancing operational capabilities and ensuring effective integration and support of advanced communication systems. Interested parties can reach out to primary contact Vicki Mathis at vicki.m.mathis.civ@us.navy.mil or secondary contact Christopher K. Pennini at Christopher.k.Pennini.civ@us.navy.mil for further details.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.
    NAWCAD WOLF Aegis
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the design, procurement, integration, testing, training, and support of Command, Control, Communications, Computers, and Intelligence (C4I) electronic Radio Communication Systems (RCSs) for various United States Navy vessels, including AEGIS destroyers and cruisers. This opportunity is part of the organic Lead Systems Integrator (oLSI) model, which allows the government to maintain control over intellectual property and data rights while rapidly adapting solutions to meet the evolving needs of the warfighter. The selected contractor will play a crucial role in enhancing the Navy's operational capabilities through advanced electronic systems. Interested parties can reach out to Nicholas Suhosky at nicholas.suhosky@navy.mil or call 443-975-4933 for further details.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    Post Award CJ&A for the ARC-210 Production Contract
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking to finalize the Post Award Cost Justification and Approval (CJ&A) for the ARC-210 Production Contract. This procurement involves the acquisition of airborne radio navigation equipment, which is critical for various military operations and communications. The awarded contractor, identified by Unique Entity ID J4Q3HP6NHK47, will be expected to adhere to the specifications outlined in the attached redacted CJ&A document. Interested parties can reach out to Lindsey Anne Boka, the Procuring Contracting Officer, at lindsey.a.boka.civ@us.navy.mil for further inquiries regarding this opportunity.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.