Occluded corrosion model development
ID: N00173-25-Q-1301272221Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a Sole Source contract to Elsyca Inc. for the development of multiphysics models that analyze species transport and corrosivity changes in electrolytes related to oxidation reactions and oxide formation in occluded spaces. This procurement is critical for enhancing the A-CID software suite, which is a revised version of the Corrosion Informed Design software, and aims to improve understanding of corrosion processes in confined environments. The contract will utilize Simplified Acquisition Procedures with a total value not exceeding $250,000, and interested parties may express their capabilities by the closing date of December 8, 2025, at 5 PM ET. For further inquiries, contact Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-1301272221.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Surface Ship Corrosion Mitigation
    Buyer not available
    The Department of Defense, through the Naval Supply Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the objective of conducting one assessment per ship each month. This initiative is critical for maintaining the operational integrity of naval ships and involves providing a six-month supply of corrosion inhibition materials for use by the Ship's Force as needed. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, as the contract encompasses a 12-month base period with an option for an additional 12 months, and is set to take place at Naval Station Norfolk, Virginia.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    Praevium Wafer Bonded 8um Detectors
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    CST STUDIO SUITE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    NOTICE OF INTENT TO SOLE SOURCE - OCEAN PACIFIC TECHNOLOGIES
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), intends to award a sole source contract to Ocean Pacific Technologies (OPT) for the provision of their patented fully ceramic water lubricated axial piston pump (APP) and motor (APM). This procurement aims to support particle wear resistance testing for pumped hydropower energy storage (PHES) systems at the NAVFAC EXWC Seawater Desalination Test Facility, which is critical for evaluating the operational longevity and performance of these systems under particulate loading conditions. The successful implementation of this technology is expected to enable cost-effective scaling of PHES to microgrid installations, enhancing long-duration energy storage capabilities. Interested parties may contact Kitty Candelaria at kitty.l.candelaria.civ@us.navy.mil or Nicole M. Mendes at nicole.m.mendes2.civ@us.navy.mil for further information, with the anticipated award date set for on or before December 31, 2025.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    MTS Systems Corporation test equipment, Linear hydraulic actuators, Hydraulic service manifolds , and MTS Software
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract to MTS Systems Corporation for the procurement of test equipment, including linear hydraulic actuators, hydraulic service manifolds, and MTS Software (Profile Editor). This equipment is essential for compatibility with NRL's existing MTS system, ensuring the continuity and efficiency of their operations. The procurement falls under the NAICS code 334516 and will utilize Simplified Acquisition Procedures as outlined in FAR Part 13.5. Interested parties may express their capability to meet this requirement by contacting Jamie L. Dixon at jamie.l.dixon8.civ@us.navy.mil or by phone at (202) 923-1466, referencing Notice of Intent number N00173-26-NOI-JD06.
    Naval Surface Warfare Center Carderock Division Modeling and Simulation Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division, intends to award a sole source contract for Modeling and Simulation Services to Advanced Rotorcraft Technology, Inc. This procurement is justified under the statutory authority of 41 U.S.C. 1903 and Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can meet the agency's requirements. The services are critical for supporting naval operations and ensuring the effectiveness of advanced rotorcraft technologies. Interested parties may direct inquiries to David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929, as this notice is not a request for competitive proposals.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a Sole Source contract to AECOM Technical Services, Inc. for architect-engineer services related to the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing in Wisconsin. The contract will encompass Code and Criteria Review along with an option for Type C services, justified as a logical follow-on to a previous order that AECOM executed, which included Type A and B services for the facility's design. This procurement is critical to ensure continuity and mitigate performance and liability risks associated with transitioning to a new contractor, as AECOM is already familiar with the original designs and specifications. Interested parties may submit their interest and product information by 12:00 PM CST on December 10, 2025, via email to Mark Tonkinson at mark.tonkinson.2@us.af.mil.
    NSN 5342-01-503-6963, ANODE, CORROSION PRE, WSDC: P9N, VA CLASS BLOCK I
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 38 units of an Anode, Corrosion Prevention (NSN 5342-01-503-6963). This solicitation is critical for maintaining the operational integrity of weapon systems, as the anodes play a vital role in preventing corrosion. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with the solicitation set to be issued on December 10, 2025, and closing on January 26, 2025. Interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS) and should direct inquiries to Jessica Gentry at jessica.gentry@dla.mil or Leslie Adams at leslie.adams@dla.mil.