Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
ID: N0002425R2411Type: Sources Sought
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of various ship machinery, requiring seamless integration with the Hull, Mechanical and Electrical Local Area Network (HM&E-LAN), while adhering to stringent technical and security specifications. This initiative is crucial for enhancing operational readiness and safety aboard military vessels, ensuring compliance with federal standards for naval shipbuilding and modernization. Interested parties must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Sea Systems Command (NAVSEA) is issuing a Request for Information (RFI) to explore potential solutions for a Machinery Control System (MCS) intended for the LHA 10 Amphibious Assault Ship, currently contracted with Huntington Ingalls Incorporated. The MCS will facilitate remote monitoring and control of various machinery, requiring integration with the HM&E-LAN. NAVSEA seeks written responses to specific questions, including the responder's business classification, experiences in naval MCS development, and any design adaptations that could meet specifications. Firms are also required to outline expected timelines for design phases, hardware, and software deliveries, as well as to provide a Rough Order of Magnitude (ROM) cost estimate and possible cost reduction strategies. The deadline for submissions is April 4, 2025. This RFI does not commit the government to any contracts and does not provide reimbursement for submissions.
    The document outlines the specifications and requirements for the Machinery Control System (MCS) for the LHA 10. Its main purpose is to establish technical guidelines for the design, construction, and operation of various MCS components, emphasizing remote monitoring and control capabilities for ship machinery. Key elements include definitions of terms related to automated control, control consoles, data acquisition, and fault detection systems. The MCS is required to integrate seamlessly with the Hull, Mechanical and Electrical Local Area Network (HM&E-LAN), supporting functionality across a variety of machinery including propulsion and damage control systems. Notably, the document stresses ensuring fail-safe operations, proactive fault isolation, and compliance with environmental and safety standards. Each MCS unit must have redundancy built into its hardware to maintain operational integrity even in the event of component failures. Additionally, it includes provisions for maintenance, accessibility, and network communication across different functional VLANs for security. Overall, the document serves to guide contractors in meeting federal specifications for naval shipbuilding and modernization, crucial for maintaining operational readiness and safety aboard military vessels.
    The document outlines the security requirements for Shipboard Secure Electrical Information Processing Systems (S/SEIPS) pertinent to the LHA 10 project, effective as of April 6, 2023. It defines critical terms such as adjustable parameters and developmental software, and specifies installation compliance with various Information Assurance publications. Key categories of secure spaces, including Special Access Program Facilities (S/SAPFs) and Sensitive Compartmented Information Facilities (S/SCIFs), are detailed to ensure protection of national security information. The security framework emphasizes cybersecurity management, account authentication, and configuration control. It mandates unique user credentials, stringent password policies, and automated account management protocols. Comprehensive logging and audit measures are established to monitor cybersecurity events and ensure accountability. Additionally, it requires the protection of data at rest, including encryption standards, and stipulates that all wireless communications be disabled or removed. Physical and logical security protocols govern access to critical systems, while technical documentation requirements ensure transparency and compliance throughout the development lifecycle. Overall, the document emphasizes robust security measures necessary for safeguarding sensitive information and ensuring the integrity of shipboard information systems in compliance with federal directives.
    The document outlines specifications for the Hull, Mechanical, and Electrical (HM&E) Local Area Network (LAN) for the LHA 10 vessel. It defines essential terms and connectivity requirements for the HM&E systems, ensuring reliable intra- and inter-system communications. The network will feature a dual backbone, dual-tier distributed topology with fault tolerance measures, permitting uninterrupted communication even during individual component failures. Installation requirements include the use of industrial-grade or Mil. Spec network switches, with strict adherence to power supply protocols and environmental standards. The Network Management Station (NMS) will provide centralized network oversight, while maintaining logical segmentation of user groups and systems to enhance security and efficiency. Additionally, the document illustrates network design, cabling specifications, cybersecurity measures, and thorough testing protocols to ensure the system's durability and responsiveness. This comprehensive structure emphasizes the government's commitment to high operational standards in naval environments, while addressing various communication protocols for network management and monitoring.
    Similar Opportunities
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    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.
    USNS WILLIAM MCLEAN Bow Thruster
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of a bow thruster for the USNS William McLean, focusing on maritime equipment and related services. The solicitation, identified as N3220525Q2203, requires a firm-fixed-price purchase order for specific parts, particularly from Kongsberg Marine, North America, with delivery expected by September 30, 2025. This procurement is critical for enhancing the operational capabilities of naval vessels, ensuring compliance with federal regulations, including labor and cybersecurity mandates. Interested vendors must submit their proposals by February 18, 2025, and can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil for further information.
    USNS MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is issuing a Sources Sought Notice for potential contractors to express their capabilities for a Mid-Term Availability project involving the USNS MCLEAN (T AKE 12), scheduled to commence around September 24, 2025. The procurement aims to identify qualified shipyards capable of performing various maritime repair and maintenance tasks, including general ship services, potable water tank repairs, machinery inspections, and the installation of surveillance systems. This opportunity is crucial for ensuring the operational readiness of the USNS MCLEAN and supports the broader mission of the Navy's maritime operations. Interested firms must submit a capabilities package by February 25, 2025, detailing their business structure, facility location, and relevant experience, with inquiries directed to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS LEWIS AND CLARK (SWBD LOOP INTERLOCK)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of ship service switchboard interlock failures on the USNS Lewis and Clark. The procurement aims to ensure high-voltage safety compliance during the service period scheduled from February 17-21, 2025, at Naval Weapons Station Earle, New Jersey. This equipment is critical for ship safety, preventing potential hazards to the vessel, crew, or environment, and the urgency of the requirement necessitates a non-competitive procurement process. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors regarding the procurement of Engineering Control System Hardware. The requirement includes specific items such as managed network switches, programmable logic controllers, and communication interface modules, primarily from the brand SIEMENS, to support mission-critical operations. This procurement is essential for enhancing the operational capabilities of the Navy's engineering control systems. Interested parties must submit their responses electronically to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by 3:00 PM EST on February 13, 2025, with all submissions becoming government property and not subject to return.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, which will be responsible for the safe navigation, equipment maintenance, and overall upkeep of the vessels, both in-port and at-sea, while also providing necessary shore services. This initiative is critical for ensuring the operational readiness and effective management of the MMSC, which are integral to U.S. naval capabilities and international military cooperation, particularly with the Kingdom of Saudi Arabia. Interested parties should submit requests for additional information by November 15, 2024, and provide feedback on the draft Statement of Work by November 22, 2024. An Industry Day is scheduled for December 11-12, 2024, with registration details available through the primary contacts, Daniel Fisher and Zachary Arriaga, at their respective email addresses.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking suppliers for the procurement of stern shaft and similar replacement parts necessary for the repair and modification of naval vessels. This presolicitation opportunity falls under the category of ship and boat propulsion components, indicating the critical nature of these parts in maintaining operational readiness and performance of naval fleets. Interested vendors can reach out to Hannah Forsyth at NAVSUP Weapon Systems Support for further details, with contact information provided as phone (717) 605-3998, fax (717) 605-4236, and email at HANNAH.FORSYTH@NAVY.MIL. Additional information regarding deadlines and funding amounts will be available as the solicitation process progresses.