Digital Video Surveillance System
ID: N6449824R4018Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Ship Building and Repairing (336611)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is preparing to release a Request for Proposal (RFP) for engineering and technical services related to the design, development, and implementation of a Digital Video Surveillance System (DVSS) for DDG Modernization and SCN Ships. This system is crucial for monitoring remote or unmanned engineering spaces and is already operational on new construction vessels such as the USS John Finn (DDG 113). The anticipated contract will be a Firm-Fixed-Price Supply/Services, Indefinite-Delivery-Indefinite-Quantity (IDIQ) single award, with an initial one-year period and four optional extensions, with contract awards expected in September 2024. Interested parties should monitor the Federal Business Opportunities website for updates and may contact Victoria Purcell at victoria.purcell.civ@us.navy.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is set to release a Request for Proposal (RFP) for engineering and technical services to support the design, development, and implementation of a Digital Video Surveillance System (DVSS) for DDG Modernization and SCN Ships. These systems aim to monitor remote or unmanned engineering spaces and are already in use on new construction vessels like the USS John Finn (DDG 113). The RFP is expected to be published in May 2024, with contract awards anticipated in September 2024. The sought contract will be a Firm-Fixed-Price Supply/Services, Indefinite-Delivery-Indefinite-Quantity (IDIQ) single award, with an initial one-year period and four optional extensions. This solicitation is open to all offerors, not restricted to small businesses, and will comply with federal procurement regulations. The announcement serves informational purposes only, and no current solicitations are requested, urging interested parties to monitor the Federal Business Opportunities website for updates.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Next Generation SSGTG XT FADC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms for the development of the Next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Phantom Cameras
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Phantom T4040 cameras and associated equipment from Vision Research, Inc. This acquisition aims to replace outdated camera systems with new technology that meets specific form, fit, and function requirements, ensuring compatibility with existing accessories and maintaining high-quality data collection capabilities. The equipment is critical for advanced cinematography applications within government projects, emphasizing the need for compliance with federal regulations, including TAA compliance. Proposals are due by December 2, 2024, with an anticipated award date of January 2, 2025. Interested parties can contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or by phone at (540) 742-8050 for further information.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to modify the Dual Point Davit (DPD) on the USCGC Waesche as part of a combined synopsis/solicitation. The project involves modifying the DPD for constant tension capability, installing a machinery space camera system, and conducting biennial maintenance inspections, with the work scheduled from March 10, 2025, to May 28, 2025, followed by sea trials on July 1, 2025, at the Coast Guard Base in Alameda, California. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing compliance with the Surface Forces Logistics Center Standard Specification and thorough documentation of all maintenance activities. Interested small businesses should contact Kyler Fisk at kyler.c.fisk@uscg.mil or 949-288-1271, or Ulises Balmaceda at ulises.o.balmaceda@uscg.mil or 510-437-5438 for further details.
    Pan and Tilt Camera System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotations for a Pan and Tilt Camera System, specifically requiring six units of a Pan/Tilt PTZ Camera Assembly and a Rugged Unicom Joystick. This procurement aims to enhance operational platforms with advanced surveillance capabilities, adhering to stringent technical specifications and environmental durability standards. The contract will be awarded as a Firm Fixed Price (FFP), with delivery expected within 60 days post-award, and is set aside for small businesses under the SBA guidelines. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil or Steve Cortes at Steve.Cortes.civ@us.navy.mil for further details.
    Tsunami 24 USV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Tsunami 24 unmanned surface vessel (USV) and its associated components. The contract requires the USV to operate effectively in Sea State 3, with a range of 250 nautical miles, a cruise speed of 19 knots, and a payload capacity of 1,000 pounds, while being powered by a minimum of 300 horsepower and achieving a top speed exceeding 40 knots when unladen. This advanced maritime technology is crucial for enhancing operational effectiveness in various maritime environments, and the selected contractor will also provide integration, testing, evaluation, and training services at the NSWCDD facility. Interested parties should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details, with a desired delivery timeline of less than three months from contract award.
    24-SIMACQ-E20-0006 IDS Parts
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division, is seeking quotes for the procurement of IDS branded parts, including electrical components and equipment such as W1 Cable Assemblies and Monitors, under solicitation number 24-SIMACQ-E20-0006. This procurement is classified as a sole-source acquisition due to the unique capabilities of the specified vendor, which are critical for maintaining the integrity and performance of existing systems, as alternative components would require extensive testing and could delay installations scheduled for mid-2025. Interested vendors must submit their quotes by March 10, 2025, via email, ensuring that their proposals remain valid for at least 60 days, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors can contact Jorge Ortiz or Keith A. Shaner via their respective emails.
    USS JOHN FINN (DDG-113) FY25 5A1 CMAV BUNDLE 1 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for maintenance and repair services for the USS John Finn (DDG-113). The procurement involves a comprehensive scope of work, including the replacement of the nonskid system on specific weather frames, deck covering in the Chief Petty Officer Messroom, and support services for various maintenance operations aboard the vessel. This contract is crucial for ensuring the operational readiness and compliance of naval vessels with established Navy standards. Proposals are due by February 25, 2025, with the work scheduled to commence on April 21, 2025, and conclude by May 12, 2025. Interested contractors can reach out to Risa Sakurai at risa.sakurai.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil for further information.
    BOA Order; Northrop Grumman Corp. FFG SCS-Gov Procurement FFG 66, 67 and LBES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking procurement for the Northrop Grumman Corporation's FFG SCS-Gov, specifically for FFG 66, 67, and LBES. This presolicitation opportunity involves the acquisition of systems and components related to search, detection, navigation, guidance, and aeronautical and nautical instrumentation, which are critical for enhancing naval operational capabilities. The work will take place in Philadelphia, Pennsylvania, and interested vendors can reach out to Tracy J. Biondo at tracy.j.biondo.civ@us.navy.mil or by phone at 445-227-0049 for further details. The specific funding amount and key deadlines have not been disclosed in the available information.