Anti-Submarine Warfare Development for Undersea Systems
ID: N0002424R5243Type: Presolicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 4:59 AM UTC
Description

The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is preparing to issue a Request for Proposal (RFP) for the development of advanced signal processing, tracking algorithms, tools, and display technologies for Undersea Warfare Systems. The primary objective is to enhance the Undersea Warfare Decision Support System (USW DSS) and the Advanced Processing and Capability Builds for Surface Ship and Submarine systems. This initiative is critical for improving combat system capabilities in undersea warfare, ensuring the effectiveness and readiness of naval operations. Interested parties may submit capability statements or proposals for consideration, with the anticipated contract award date set for the third quarter of FY25, encompassing a base year and four option years. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Long Range BAA for the Undersea Security Program
Buyer not available
Here is a summary of the federal contract opportunity, titled Long Range BAA for the Undersea Security Program: Opportunity Overview The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs office, seeks proposals for its Undersea Security Program. This Broad Agency Announcement (BAA) invites innovative solutions and services in the realm of undersea warfare and submarine security. The primary objectives are to enhance undersea capabilities and improve submarine survivability. Scope of Work Successful awardees will be expected to perform tasks encompassing research, analysis, and development. This includes wargaming, modeling, and assessments of undersea warfare scenarios, as well as developing strategies to improve the survivability of submarines and unmanned undersea systems. The focus should be on delivering comprehensive reports, both progress and final, along with any associated software or hardware outputs. Awardees will be required to adhere to strict timelines and provide regular updates. Eligibility Criteria Proposers for this contract must demonstrate expertise and experience in their respective fields, aligning with the specific research and development objectives. The Navy encourages participation from small businesses and requires large businesses to have a subcontracting plan in place. Offerors must strictly adhere to the numerous FAR, DFARS, and NMCARS provisions mentioned in the BAA, encompassing cybersecurity, telecommunications, and equal opportunity requirements. Additionally, they must ensure compliance with the required security measures and controlled unclassified information safeguards. Funding and Contract Details The contract is expected to be funded through the Department of the Navy's budget. The BAA remains open for a period of approximately one year, with periodic reviews of submissions. Key funding details include an estimated value of between $100,000 and $500,000 for individual awards. Submission Process Proposals must be submitted electronically, with a deadline of August 10, 2024, or until a successor BAA is issued. The Navy encourages offerors to carefully follow the specified format requirements, ensuring compliance with the detailed cost proposal guidelines and the provision of certified cost and pricing data. Evaluation Criteria Evaluation of proposals will consider three primary factors: technical merit, naval relevance, and availability of funds. The technical merit of proposals will be assessed based on the thoroughness and reasonableness of the approach, while cost-effectiveness and compliance with relevant regulations will also be taken into account. Contact Information For further clarification or inquiries, interested parties can contact the primary point of contact, David Shriner, at david.shriner@ssp.navy.mil or (202) 451-3262. A secondary point of contact is also provided: Alexandra Hiser at alexandra.hiser@ssp.navy.mil or (202) 451-3623. This summary provides an overview of the key aspects of the opportunity, combining information from the government listing and associated files. Let me know if you would like me to clarify any part of the summary or extract any additional details from the files.
58--CONTROL,SIGNAL PROC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control and signal processing equipment. The procurement involves the overhaul, upgrade, repair, testing, inspection, and acceptance of underwater sound equipment, ensuring that all items are returned to a Ready for Issue (RFI) condition in compliance with specified military standards and requirements. This opportunity is critical for maintaining operational readiness and reliability of naval systems, with the contractor responsible for all necessary materials and compliance with quality management systems. Interested parties can contact Marisa L. Tetkowski at 215-697-2644 or via email at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL for further details and to discuss submission timelines.
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
AN/BYG-1 Payload Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.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 competitive solicitation 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 a potential five-year ordering period option, and interested parties are encouraged to monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
12--PROCESSOR,SIGNAL DA - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 91 units of a signal processor and other replacement parts necessary for repair and modification. This procurement requires engineering source approval due to the critical nature of the item, which is essential for maintaining quality and safety standards in military applications. The approved sources retain proprietary data and manufacturing knowledge, making it imperative for new sources to undergo a qualification process as outlined by the Government engineering activity. Interested parties must submit their proposals, including necessary documentation for source approval, to Hayden Young at NAVSUP WSS by email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL, with a deadline for submissions set at 45 days from the notice publication date.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
Request for Solutions: Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command, is issuing a Request for Solutions (RFS) for the Prototyping Research and Operations for Tactical Electromagnetic Warfare and Advanced Networking (PROTEAN) project. This initiative aims to address the current lack of a demonstrated electromagnetic warfare (EW) and seeker payload framework, which hinders the technical evaluation and integration of various EW solutions onto unmanned platforms. The project is part of the Strategic & Spectrum Missions Advanced Resilient Trusted Systems (S2MARTS) consortium, and interested vendors must be members of this consortium to participate. Responses to this opportunity are due by April 30, 2025, and inquiries can be directed to Judy Blanton at judith.a.blanton3.civ@us.navy.mil or by phone at 812-381-7156.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Towed Array Subassembly, which is critical for underwater sound equipment applications. This procurement requires compliance with various military specifications and quality assurance standards, including First Article Testing and production lot approval, to ensure the assembly meets stringent performance and safety requirements. The successful contractor will be responsible for adhering to detailed design and manufacturing processes, with a focus on quality control and configuration management, as the equipment is intended for use on submarines and surface ships. Interested vendors should contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, as the contract is set to be awarded following a competitive evaluation process.
RFI: Dry Combat Submersible In-Service Engineering
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking information from qualified sources for the Dry Combat Submersible (DCS) In-Service Engineering project, as part of a follow-on contract to an existing agreement with Lockheed Martin Corporation. The objective is to procure engineering upgrades and technical support for the DCS, which is designed for the insertion and extraction of Special Operations Forces in denied areas, with ongoing enhancements to improve capabilities and reduce weight. Interested parties are invited to submit capability statements by May 9, 2025, with a maximum ceiling value for the contract yet to be determined, and should direct their responses to Joshua Myers at joshua.t.myers.civ@socom.mil.