2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
ID: N0003025R1024Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC SYSTEMS PROGRAMSWASHINGTON NAVY YARD, DC, 20374-5127, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

REPAIR OR ALTERATION OF MISSILE SYSTEM FACILITIES (Z2BF)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole-source contract with General Dynamics Mission Systems (GDMS) for the capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, Massachusetts. This procurement aims to manage and perform essential maintenance on equipment and facilities that support the Trident II Strategic Weapons System Fire Control System program. The opportunity is significant as it ensures the operational readiness and reliability of critical defense infrastructure. Interested parties can direct inquiries to Lauren Shallow at lauren.shallow@ssp.navy.mil or Bina Russell at bina.russell@ssp.navy.mil; however, it is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.

    Files
    Title
    Posted
    The document outlines a series of projects at the NIROP (Naval Industrial Reserve Ordnance Plant) in Pittsfield, focusing on significant upgrades to electrical systems, HVAC infrastructure, and security enhancements. The initiatives include the replacement of aging electrical switchgear, HVAC air handling units, and ducting systems, with new installations to integrate into the existing building management systems. Emergent repair provisions are established to handle urgent maintenance needs across all buildings, permitting contractors to take immediate action in emergencies with appropriate notification protocols. The projects also involve security upgrades, including facility designs and construction to meet modern security requirements, alongside the establishment of a new Engineering Test System lab. Optional projects include the replacement of load centers and boiler systems, critical for maintaining HVAC operations in controlled environments. The objective of these initiatives is to ensure operational continuity, compliance with safety standards, and enhancement of the infrastructure, aligning with government RFP norms for federal investments in facility improvements.
    The Strategic Systems Programs (SSP) has issued a Sources Sought Notice (SSN) for potential vendors to express interest in executing capital maintenance for Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, MA. This project focuses on supporting the Trident II Strategic Weapons System Fire Control System program. The SSN seeks to gather market research on capable businesses that have the necessary security clearance and demonstrated expertise in similar facility maintenance. No proposals will be accepted at this stage, as it strictly serves to gauge industry interest. Interested firms must submit detailed capability statements proving they possess the requisite qualifications and past performance data. The statements should illustrate recent and relevant experience, particularly for projects valuing at least $20 million and executed within the past four years. The submissions must comply with specific formatting and content guidelines, with a deadline for submission of 8 October 2024. The government emphasizes the possibility of setting aside this contract for small businesses, encouraging participation from various small business classifications. This SSN is conducted solely for market research and does not constitute a contract solicitation.
    Similar Opportunities
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Data Acquisition and Retrieval System (DARTS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting a sole-source contract for the Data Acquisition and Retrieval System (DARTS) from General Dynamics Mission Systems Inc. (GDMS). This contract, structured as a Cost Plus Fixed Fee (CPFF) and Indefinite Delivery/Indefinite Quantity (ID/IQ) type, aims to continue the development and application of DARTS technology for the collection and analysis of Submarine Non-Propulsion Electronic System (NPES) data, which is crucial for test and evaluation reporting, system performance, and certification of various submarine classes. The anticipated performance period spans five years, requiring approximately 314,020 man-hours, with a focus on compliance with extensive security and cybersecurity requirements. Interested parties can direct inquiries to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with the understanding that this solicitation is not open for competitive proposals.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation
    Dept Of Defense
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is conducting market research through a Sources Sought Notice for the development, production, support, and installation of Flight Test Instrumentation (FTI) systems for the fiscal year 2027. The procurement aims to secure engineering services that encompass maintenance, operation, logistics support, and life cycle management for FTI systems utilized in various flight tests, including those for the Trident II and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N). This initiative is critical for ensuring the reliability and effectiveness of strategic weapons systems, as it involves advanced engineering support, system upgrades, and collaboration with other agencies to enhance operational capabilities. Interested firms must submit their White Paper Capability statements by December 17, 2025, to SPN208@ssp.navy.mil, demonstrating their qualifications and relevant experience in similar projects.
    Notice of Intent to Sole Source - Submarine Safety Rail (Flying Bridge) Stanchions
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, intends to award a sole source contract to GK Mechanical Systems LLC for the manufacture of submarine safety rail stanchions, essential components for the Naval Submarine Support Facility at SUB BASE New London, CT. The contract will require the production and delivery of specific parts, including two units of part number 26-1240-03, twelve units of part number 20-1232-02, and six units of part number 22-1246-14, all conforming to GK Mechanical Drawings, with delivery expected to be completed by August 14, 2026. This procurement is critical for maintaining the safety and operational readiness of submarine operations, and interested parties may submit capability statements by 5:00 PM EST on January 6, 2026, to the designated contacts at the Navy.