Notice of Intent to Sole Source to Peraton Inc.
ID: N66001-25-R-0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
    Description

    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.

    Point(s) of Contact
    Robert W StauffacherContract Specialist
    (619) 504-7765
    robert.w.stauffacher2.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which aims to ensure the continued operation and integration of the Navy's manpower and personnel systems. This procurement involves the sustainment and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, including system maintenance, cybersecurity support, and service desk operations. The contract is expected to be awarded in March 2025, with a total ceiling of $338 million over a five-year period, and interested parties should direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil by the specified deadlines.
    AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS) Software Builds
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Lockheed Martin Rotary and Mission Systems (LM RMS) for the software development of the AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS). This contract will cover a five-year period from FY25 to FY29, including one base year and four option years, focusing on the development, qualification, certification, and integration of various software baselines, specifically Advanced Capability Builds (ACB)-19, ACB-23, ACB-25, ACB-27, and ACB-29. The AN/SQQ-89 systems are critical for undersea warfare operations, and this procurement is essential for maintaining and enhancing the capabilities of the fielded systems. Interested parties should note that responses to this presolicitation notice must be submitted by 23:59 EST on October 29, 2024, via email to the primary contacts, Benjamin Vesey and Benjamin Smallenbroek, at the provided email addresses.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command San Diego, intends to award a sole-source procurement contract to NAVICO Group for warranty services related to various SIMRAD Radar systems. This contract will encompass extended warranty parts for models such as the R3016 HALO, GPS antennas, and compasses, classified under Engineering Services (NAICS 541330). The urgency of this procurement arises from the need to maintain operational capabilities of naval surface ships until the introduction of the Next Generation Surface Search Radar (NGSSR), with an estimated total cost of $176,276. Interested contractors must submit capability statements via email within three days of the notice issuance and ensure registration in the DoD System for Award Management (SAM) and compliance with Wide Area Workflow (WAWF) for invoice processing. For further inquiries, contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or call 619-556-6436.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This contract, which will be awarded on a Sole Source basis, encompasses engineering services and the provision of SANS Beacons, with an estimated requirement of 196,800 man-hours over a five-year period. The SANS technology is critical for submarine navigation and tracking, enhancing operational effectiveness within the naval warfare domain. Interested parties can direct inquiries to Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Christina Sherron at christina.m.sherron2.civ@us.navy.mil, with the contract performance expected to commence on January 1, 2024, and conclude by December 31, 2028.
    THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE TO MATHWORKS, INC.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to MathWorks, Inc. for the procurement of licenses for the MATLAB and Simulink product families. This software is critical for mathematical computation, simulation, and report generation, and is extensively utilized across the Naval Postgraduate School (NPS) campus for various engineering and design processes. Interested vendors must submit a capability statement by 3:10 PM Pacific Standard Time on October 24, 2024, demonstrating their ability to provide the required licenses and proof of authorization as distributors of the product, with the anticipated award date set for on or before December 1, 2024. For further inquiries, vendors may contact Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil.
    Notice of Intent to Award Sole Source to Rincon Research Corporation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to Rincon Research Corporation for the procurement of specialized equipment. The requirement includes the purchase of an Astro SDR, Commercial Version, and an Astro SDR Daughter Card with 64 GB EMMC, both manufactured by Rincon Research Corporation, with a quantity of one for each item. This procurement is critical for enhancing communication capabilities within the Navy's operations. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further information.
    Notice of Intent to Award Sole Source to RS Microwave
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to RS Microwave for a Commercial, Firm-Fixed-Price purchase order. This procurement aims to solicit, negotiate, and finalize the acquisition of specialized goods or services that are critical to the Navy's operational capabilities. The decision to proceed on a noncompetitive basis underscores the unique qualifications of RS Microwave in fulfilling the specific requirements of this contract. For further inquiries, interested parties may contact Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Refurbishment/repair of 18 variants located on Navy vessels
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a four-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract on a sole source basis to Science Applications International Corporation (SAIC) for the refurbishment and incidental services of eight variants of the Antenna Tilt Group (ATG) located on active-duty Navy vessels. This procurement aims to address the refurbishment and repair of approximately 130 different variants, which are critical for maintaining operational capabilities on Navy vessels. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement or proposal by 3:00 p.m. Eastern Standard Time (EST) on November 2, 2024, with questions directed to Contract Specialist Suzanne Kennedy at p.s.kennedy.civ@us.navy.mil. Verbal inquiries will not be accepted, and responses will be posted on the NAVWAR e-Commerce Central website.