Notice of Intent to Sole Source to HGW and Associates, LLC for general support and maintenance of Enterprise Safety Applications Management System (ESAMS)
ID: 6061293Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYEXPEDITIONARY WARFARE CENTER

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's Expeditionary Warfare Center, intends to award a sole source contract to HGW and Associates, LLC for the general support and maintenance of the Enterprise Safety Applications Management System (ESAMS). This procurement aims to provide IT support for public safety-related applications utilized by the Naval Facilities Engineering Systems Command (NAVFAC) and its customers, ensuring compliance with federal regulations and effective management of safety program records for approximately 25,000 users worldwide. The contract will enhance existing systems, including the Contractor Incident Reporting System (CIRS) and Occupational Medical Surveillance System (OMSS), while delivering user training, technical support, and regular performance reporting. Interested parties can reach out to Dyanne Van Der Kamp at dyanne.vanderkamp.civ@us.navy.mil or Lorraine M. Aguon at lorraine.m.aguon.civ@us.navy.mil for further information, with the contract period set for one year and two optional extensions.

    Files
    Title
    Posted
    The performance statement outlines a contract for IT support related to public safety for the Naval Facilities Engineering Systems Command (NAVFAC). The aim is to manage safety program records and ensure compliance with federal regulations for approximately 25,000 users worldwide. The contractor is tasked with enhancing the functionality of existing systems, such as the Contractor Incident Reporting System (CIRS) and Occupational Medical Surveillance System (OMSS), while offering comprehensive IT capabilities for hazard identification, training management, and employee safety tracking. Key deliverables include user training, technical support, and regular reporting on system modifications and performance. The contract period spans one year with two optional extensions, emphasizing security protocols for accessing Controlled Unclassified Information (CUI) and adherence to various safety regulations. The document identifies crucial contacts at NAVFAC for coordination and oversight, ensuring effective communication and project management throughout the contract duration.
    Similar Opportunities
    N66001-25-Q-6068 - Notice of Intent to Award Sole Source Order to Axiom Consulting Group LLC.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to award a sole source contract to Axiom Consulting Group LLC under the notice N66001-25-Q-6068. This procurement focuses on custom computer programming services, which are essential for supporting various defense-related projects and initiatives. The services provided will likely enhance operational efficiency and effectiveness within the Navy's technological framework. Interested parties can reach out to Contract Specialist Dane J Black at dane.j.black.civ@us.navy.mil or by phone at 619-992-2150 for further information regarding this opportunity.
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, focusing on ensuring the vessel's operational readiness following its initial shakedown period. The opportunity is critical for maintaining the Navy's fleet capabilities and involves adherence to strict regulations regarding controlled unclassified information, as outlined in a related Non-Disclosure Agreement (NDA) that governs the use of technical data. Interested parties should contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further details regarding the proposal process and compliance requirements.
    SOLE SOURCE – HELIOS G4 MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to establish a sole source maintenance agreement for the Helios G4 UX Scanning Electron Microscope with FEI Company. This procurement is essential for ensuring the operational readiness and maintenance of critical electronic and precision equipment, reflecting the government's commitment to maintaining high standards in laboratory operations. The contract, identified by solicitation number N00164-25-Q-0576, is structured as a firm-fixed price agreement, with a service period from April 7, 2025, to April 6, 2026, and offers must be submitted by March 20, 2025, at 3:00 PM Eastern Time. Interested vendors can contact Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to participate.
    SENSOR ASSY, ESM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of SENSOR ASSY, ESM, which is categorized under the NAICS code 333618 for Other Engine Equipment Manufacturing. This contract requires the manufacture of the sensor assembly, adhering to strict quality assurance standards, including ISO 9001 compliance, and mandates government source inspection prior to acceptance. The items are critical for use in naval operations, emphasizing the importance of quality and reliability in defense applications. Interested vendors must ensure they are authorized distributors of the original manufacturer and provide necessary documentation with their proposals. For further inquiries, potential bidders can contact Alexandra R. Durham at 717-605-6457 or via email at ALEXANDRA.R.DURHAM.CIV@US.NAVY.MIL.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    R--SAFETY SUPPORT SERVICES
    Buyer not available
    Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
    Safety, Health, and Environmental and Emergency Management Training
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for a firm-fixed-price contract to provide safety, health, environmental, and emergency management training for personnel at the Naval Safety and Environmental Training Center. The contract aims to deliver up to ten training courses annually across various locations, including Norfolk, VA, San Diego, CA, and international sites, with a focus on enhancing the skills of personnel while adhering to safety and environmental standards. This initiative is critical for maintaining operational safety and compliance with federal regulations, ensuring that training is effective and meets the necessary quality benchmarks. Interested vendors must submit their proposals by February 25, 2025, and can contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil for further information.
    Final RFP for the internal Contractor Support Services Contract at NAWCTSD
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for the internal Contractor Support Services Contract. This procurement aims to secure engineering services that support various training systems and operations within the Navy. The services are critical for maintaining and enhancing the effectiveness of training programs, ensuring that personnel are adequately prepared for their roles. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), are encouraged to reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or by phone at 407-380-4894, or Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or 407-380-8050 for further details regarding the solicitation process.