N00024-23-C-5123 P000XX AEGIS Fielding and Sustainment Ceiling Increase
ID: N00024-23-C-5123Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FIRE CONTROL SYSTEMS, COMPLETE (1230)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking capable contractors for the follow-on effort related to the AEGIS Fielding and Sustainment (AEGIS F&S) contract, N00024-23-C-5123. The primary objective is to provide software engineering, maintenance, testing, and installation services necessary to sustain and upgrade AEGIS-based combat systems utilized by the U.S. Navy, U.S. Coast Guard, and allied naval forces. This initiative is critical for ensuring the effective integration and functionality of existing AEGIS Weapon System and Combat System installations, as well as managing the AEGIS Common Source Library software. Interested parties must submit a completed Military Critical Technical Data Agreement (DD Form 2345) or a valid CAGE Code to the designated contacts within seven calendar days of the Sources Sought release, with responses due by October 2024. For further inquiries, contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil.

    Files
    Title
    Posted
    The Department of the Navy, Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Notification to identify potential contractors for the follow-on effort related to the AEGIS Fielding and Sustainment (AEGIS F&S) contract. This initiative focuses on software engineering, maintenance, testing, and installation required to sustain and upgrade AEGIS-based combat systems utilized by the U.S. Navy, U.S. Coast Guard, and international naval forces. The AEGIS F&S Contractor will manage the AEGIS Common Source Library software and ensure effective integration and functionality of existing AEGIS Weapon System and Combat System installations. This notification does not constitute a solicitation or request for proposals but is intended for market research to gauge interest from qualified sources. Interested parties must submit the required documentation within seven days, ensuring compliance with technical data agreements. Responses must be sent by October 2024 and can be submitted electronically to specified government points of contact. The document emphasizes the importance of handling proprietary information correctly while confirming that this notification does not obligate the government to issue a solicitation or award contracts.
    Lifecycle
    Similar Opportunities
    CABLE ASSY, AEGIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the CABLE ASSY, AEGIS, through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of critical electrical and electronic assemblies, which are vital for naval defense systems. The contract will require bidders to provide a Repair Turnaround Time (RTAT) and adhere to strict quality assurance and inspection standards, with the expectation of Government Source Inspection (GSI) upon completion. Interested contractors should contact Justin Long at 717-605-1456 or via email at JUSTIN.LONG6@NAVY.MIL for further details, as the solicitation is issued under Emergency Acquisition Authority and includes specific compliance requirements.
    Electromagnetic Aircraft Launch System (EMALS) and Advanced Arrestment Gear (AAG) Sustainment IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide sustainment services for the Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems aboard Ford-class nuclear-powered aircraft carriers and the Future French Carrier. The procurement aims to secure engineering, logistics support, technical assistance, and life cycle sustainment, including the development of technical data, software changes, and quality assurance management. The EMALS and AAG systems are critical for enhancing the safety and operational capabilities of carrier-based aircraft launches and recoveries. Interested parties must submit their capability statements by 4:00 PM (EST) on October 17, 2024, to Jacob Halowell and Margo O'Rear via the provided email addresses, with the planned contract award date set for December 2025 and an ordering period extending through December 2030.
    Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking capable sources to provide support for the SEWIP Block 1B3, Block 2, and Block 3 programs supporting the AN/SLQ-32(V)6, AN/SLQ-32C(V)6, AN/SLQ-32(V)7, and future Scaled Onboard Electronic Attack (SOEA) configurations of electronic support, electronic attack systems/subsystems in functional areas such as: Build to Print Production, Design Agent Engineering, and System Integration for all variant configurations for the U.S. Navy and future Foreign Military Sale (FMS) partners. The service/item being procured is support for the SEWIP programs, which involve the production, engineering, and integration of electronic support and attack systems/subsystems for the U.S. Navy and potential foreign military partners.
    N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking sources for the operation and maintenance support of the Sea Fighter (FSF-1) under contract number N6133119R0016. This procurement aims to extend the current contract by 18 months, focusing on support operations, maintenance, shipyard and dry-dock planning, and incidental engineering and administrative support necessary for the Sea Fighter's Advanced Technology Demonstrations (ATDs) and Research Development, Test, and Evaluation (RDT&E) efforts. The opportunity is classified under NAICS code 488310 for Port and Harbor Operations, with a size standard of $47 million, and is set aside for 8(a) sole source providers. Interested parties should submit a company profile and relevant information to Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil by the specified deadline, with no reimbursement for costs incurred in response to this notice.
    FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
    2024 NUCLEAR ARMED SEA LAUNCHED CRUISE MISSILE (SLCM-N) ACQUISITION & ENGINEERING (A&E) SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified firms to provide Acquisition & Engineering (A&E) Support Services for the 2024 Nuclear Armed Sea Launched Cruise Missile (SLCM-N) program. The procurement aims to secure services for the integration, testing, and lifecycle sustainment of the SLCM-N onboard Virginia Class submarines, with a focus on areas such as site master planning, nuclear weapons documentation, and logistics management for strategic weapons systems. This initiative is critical for maintaining advanced and secure weapon systems in compliance with federal guidelines, emphasizing opportunities for small and disadvantaged businesses. Interested parties must submit their White Paper capability statements by October 18, 2024, at 4:00 PM EST, to Victoria Platner at Victoria.Platner@ssp.navy.mil, detailing their qualifications and relevant experience.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services Contract for Cost Engineering, Value Engineering, and Scheduling Services at Various Navy and Marine Corps Installations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations worldwide. The procurement aims to identify small businesses, including SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of delivering essential engineering services such as cost estimates, bid analyses, life cycle cost engineering, and scheduling using Primavera software. This initiative is crucial for ensuring effective project management and cost efficiency in defense-related projects, with an estimated contract value of $30 million over a five-year performance period. Interested firms must submit their qualifications in the SF330 format by 11:00 AM (San Diego, CA Local Time) on October 17, 2024, to Elson Muzada at elson.g.muzada.civ@us.navy.mil.
    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.