Synopsis – Engineering & Technical Support Services
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to contract Science Applications International Corporation (SAIC) for engineering and technical support services related to the Pentagon Force Protection Agency's Counter-small Unmanned Aircraft Systems (C-sUAS) and air security systems. The contract will involve tasks such as procurement, installation, integration, testing, optimization, and ongoing maintenance of these critical systems, as well as managing original equipment manufacturers (OEMs). This sole-source acquisition emphasizes the government's reliance on SAIC as the only provider meeting the necessary requirements to ensure effective protection mechanisms at the Pentagon. Interested parties can direct inquiries to Sara Cooper at sara.j.cooper4.civ@us.navy.mil, with a deadline for inquiries set for March 19, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) seeks to contract Science Applications International Corporation (SAIC) for engineering and technical support services related to the Pentagon Force Protection Agency's Counter-small Unmanned Aircraft Systems (C-sUAS) and air security systems. The contract will encompass tasks such as procurement, installation, integration, testing, optimization, and ongoing maintenance of these systems, alongside managing original equipment manufacturers (OEMs). This acquisition is designated as sole source under 10 USC 3204(a)(1), emphasizing that only SAIC meets the necessary requirements. Responses from other potential sources are acknowledged but will not lead to a competitive proposal process. The deadline for inquiries is set for March 19, 2025, and submission guidelines for large files are specified. The intent underscores the government's reliance on a single optimal provider for these critical services, ensuring effective protection mechanisms are in place at the Pentagon.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Counter Unmanned AerialDetection System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Counter Unmanned Aerial Detection System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire a system that enhances security by detecting and mitigating threats posed by unmanned aerial vehicles, which are increasingly relevant in modern military operations. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on the NAICS code 339999, which encompasses all other miscellaneous manufacturing. Interested vendors can reach out to Dennis Staples at dennis.staples@us.af.mil or by phone at 253-982-2337, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further information.
    Standard Portable Electronic Maintenance Aid Cyber Solution
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to negotiate a sole source contract with Ricardo Defense, Inc. for IT support related to the Standard Portable Electronic Maintenance Aid Cyber Solution (SPECS) 2.5. This procurement aims to provide essential maintenance and cybersecurity packages, including monthly updates, quarterly maintenance services, and improvements in configuration management to ensure the integrity and functionality of the SPECS IT solution. The contract is justified under the statutory authority of 10 U.S.C. 3204(a)(1), indicating that no other suppliers can meet the specific requirements. Interested parties may submit responses within 15 days of publication to potentially influence the decision towards competitive procurement. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Shannan M. Germond at shannan.germond@navy.mil.
    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 presolicitation notice 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 an option for an additional five-year ordering period, and interested parties are encouraged to monitor SAM.gov for the official solicitation release. For further inquiries, potential bidders can contact Ryan Brophy at ryan.p.brophy.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil.
    Request for Information: Counter Uncrewed Systems (C-UXS) Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is issuing a Request for Information (RFI) regarding Counter Uncrewed Systems (C-UXS). This RFI aims to gather insights and information on technologies and methodologies that can enhance the capabilities to counter uncrewed systems, which are increasingly relevant in national defense operations. The information collected will inform future research and development efforts in this critical area of military operations. Interested parties can reach out to Mark Dravet at mark.v.dravet.civ@us.navy.mil or by phone at 812-381-7085, or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil or 812-381-0990 for further details.
    ADVANCED TECHNOLOGY DEVELOPMENT DEPARTMENT AIRBORNE ANTI-SUBMARINE WARFARE ENGINEERING SERVICES REQUIREMENT for NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)
    Buyer not available
    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.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Buyer not available
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC Crane), is seeking innovative commercial solutions via a Commercial Solutions Opening (CSO) under notice N00164-25-S-C001. The objective of this procurement is to rapidly select and implement innovative technologies that can enhance capabilities in Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare, focusing on solutions that are commercially available or can be developed for defense applications. This initiative is crucial for addressing technology gaps and advancing the operational readiness of the U.S. military in response to evolving threats, particularly in the Indo-Pacific region. Interested parties should submit their Solution Briefs electronically, with further details available from the primary contact, Rebecca Lingenfelter, at rebecca.a.lingenfelter.civ@us.navy.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.