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
    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
    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.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    58--PROCESSOR,SIGNAL,SO, 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 signal processors. This procurement aims to ensure the operational readiness and reliability of underwater sound equipment, which is critical for various defense applications. Interested vendors should note that the opportunity falls under the NAICS code 334290, focusing on Other Communications Equipment Manufacturing, and the PSC code 5845 for Underwater Sound Equipment. For further inquiries, potential bidders can contact Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) project, aimed at developing and delivering essential components for military submarines. The procurement includes manufacturing, testing, and compliance with technical specifications for the RFDACS OK-700 system, with a total contract ceiling of $49,525,360 and a duration of 60 months. This initiative is critical for enhancing the operational capabilities of the U.S. Navy's submarine fleet, ensuring advanced communication and control systems are effectively integrated. Interested contractors must submit their proposals by March 14, 2025, and can reach out to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or call 401-832-6462 for further information.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    ELECTRONIC SUPPORT MEASURES (ESM) DIGITAL SIGNAL PROCESSING (DSP) and SOFTWARE DEVELOPMENT SERVICES
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for Electronic Support Measures (ESM) Digital Signal Processing (DSP) and software development services. The procurement aims to enhance passive electronic warfare capabilities by focusing on advanced DSP and software development, including tasks such as RF Analog-to-Digital Conversion hardware integration, subsystem testing, and configuration management. This initiative is critical for advancing Navy ESM programs and supporting immediate warfighter capabilities through innovative technologies in electronic warfare. Interested parties should contact Deirdre Hughes at deirdre.l.hughes.civ@us.navy.mil for further details regarding this opportunity.
    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.
    Next Generation Surveillance Array Request for Information
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is conducting a Request for Information (RFI) to gather insights for the future acquisition of a Next Generation Surveillance Array (NGSA). This initiative aims to develop a passive towed multi-line acoustic sensor designed for integration within the Surveillance Towed Array Sensor System (SURTASS) Program, with the goal of enhancing maritime surveillance capabilities. The NGSA will be utilized on Auxiliary General Ocean Surveillance Ships (T-AGOS) and other SURTASS host platforms, emphasizing its strategic importance in undersea warfare operations. Interested parties can direct inquiries to Contract Specialist Robert C. Wiley at robert.c.wiley22.civ@us.navy.mil or by phone at 619-822-9670.
    CIP New Scope under FY22 FC Production Contract
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting a Sources Sought Notice (SSN) to identify industry interest and capabilities for the production and delivery of fifty-three Captain’s Interface Panel Keylock Assemblies for US and UK submarine systems under contract N0003022C1003. The SSP seeks qualified firms that can build, inspect, and test these assemblies in accordance with specific technical directives and operational guidelines, emphasizing the importance of relevant experience and compliance with subcontracting limitations. This initiative is part of the SSP's strategic planning to enhance submarine fire control capabilities, and interested parties must submit their capability statements by March 7, 2025, to Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193. This SSN serves as a market research tool and does not commit the government to any contract award.