Engineering services to the United States Navy and Foreign Military Sales/Foreign Military Funding customers of the Harpoon Weapon System , Standoff Land Attack Missile Expanded Response and Harpoon Coastal Defense System
ID: N00019-24-RFPREQ-WPM201-0086Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

GUIDED MISSILES (1410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking engineering services for the Harpoon Weapon System, Standoff Land Attack Missile Expanded Response, and Harpoon Coastal Defense System. These services will support the United States Navy and Foreign Military Sales/Foreign Military Funding customers. The services include program management, engineering, configuration management, system software safety and security certification and accreditation, and more. The contract is anticipated to be awarded in the second quarter of fiscal year 2025 and will have a base year plus two one-year options.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    SM-2/SM-6 Rocket Motor Production
    Active
    Dept Of Defense
    The U.S. Navy is conducting market research to identify potential contractors for the production of Standard Missile Rocket Motors. This Request for Information (RFI) relates to the SM-2/SM-6 program, which is the Navy's primary fleet defense weapon system, providing over-the-horizon capabilities. The Navy seeks information on rocket motor and booster production capabilities that could be used for full-rate production or to supplement existing SM-2/SM-6 production. Affordability and the technical readiness of a production effort for acquisition in the FY26-FY27 timeframe are key focuses. Responses should demonstrate an understanding of the requirements and include details on the respondent's production capability/technology/solutions, projected cost drivers, relevant technology risks, and development timelines. All interested parties, including small businesses, are invited to submit information. The Navy emphasizes that this RFI is for planning purposes only and does not constitute a solicitation or obligation for a contract. Responses are requested by October 1, 2024, and should be emailed to the contacts provided in the notice. For more information, potential respondents can contact Bradley Wood or Brian Kimm, whose details are provided in the notice.
    NULKA MK 234 ADAP PROGRAM SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane (NSWC-CR), is seeking engineering, technical, maintenance, and sustainment services for the Nulka MK 234 Advanced Decoy Architecture Program (ADAP). The procurement aims to provide comprehensive support, including logistics, configuration management, maintenance, refurbishment, research and development, and training services related to the program. This contract is critical for maintaining the operational readiness and effectiveness of the Nulka MK 234 system, which plays a vital role in naval defense strategies. Interested parties must submit their capability statements or proposals by September 18, 2024, with inquiries directed to Jackson Stone at jackson.t.stone2.civ@us.navy.mil.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which is expected to span approximately 17 months from July 2025 to December 2026. The procurement aims to ensure that the USS HARPERS FERRY is mission-ready and maintains a satisfactory condition of readiness following the Chief of Naval Operations (CNO) Availability, which encompasses all necessary labor, supervision, production, testing, and quality assurance for ship maintenance, repair, and modernization. This contract will be issued as a Firm-Fixed Price solicitation, anticipated to be released around September 16, 2024, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Kevin Becker at kevin.r.becker2.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is seeking contractors for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed-price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    HELLFIRE / JAGM SME SUSTAINMENT SUPPORT
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Subject Matter Expert (SME) Engineering Services under solicitation number SPRRA224R0069, aimed at supporting the U.S. Army Aviation and Missile Life Cycle Management Command with the Joint-Air-to-Ground Missile (JAGM) and Hellfire weapon systems. The contract, structured as a firm-fixed-price agreement, requires specialized technical expertise for missile testing, repair, and troubleshooting, including potential travel for on-site support and participation in Integrated Product Support Teams meetings. This procurement is critical for maintaining the operational readiness of military systems, with a proposal due date extended to September 18, 2024, and all other terms remaining unchanged. Interested contractors should direct inquiries to Hecmari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.
    Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) Pearl Harbor, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to issue a sole source modification to contract N00024-23-C-6106 for the Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) at Pearl Harbor, Hawaii. This modification will procure an additional 57,002 man-hours per year to support increased production requirements for MK48 Heavy Weight Torpedo (HWT) maintenance actions, bringing the total to 279,115 man-hours for option years 1-4. The contract is critical for maintaining the operational readiness of MK48 torpedoes, including various maintenance actions and infrastructure support at the government-owned facility. Interested parties can reach out to Joann Vitek at joann.m.vitek.civ@us.navy.mil or (202) 781-0123 for further information, noting that this notice is for informational purposes only and does not constitute a solicitation.
    5998 - Sources Sought Various SPQ-9B NSNs Spare and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is seeking qualified contractors for a Pre-Priced Single Award Requirements Delivery Order Contract (SARDOC) focused on the manufacture and repair of spare parts for the SPQ-9B Radar Set. This procurement involves twenty repair National Item Identification Numbers (NIINs) and nineteen new manufacture or spare NIINs, emphasizing the need for compliance with performance and quality standards as outlined in the associated Request for Proposal (RFP). The contract will span three years with two optional periods, and it is crucial for contractors to adhere to regulatory requirements, including the Buy American Act and security protocols for accessing DoD facilities. Interested parties should direct inquiries to Royce Hoffman at 717-605-4048 or via email at royce.hoffman@navy.mil, with the solicitation expected to be released on or after the closing date of the presolicitation notice.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.