Notice of Intent to Sole Source to COLSA Corporation
ID: N66001-25-R-0023Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Engineering Services (541330)

PSC

RESEARCH AND DEVELOPMENT (A)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to COLSA Corporation for engineering services related to Data Link Test Tools (DLTT) and Gateway Systems (GS). The contract will encompass research, analysis, design, modification, documentation, configuration management, and engineering support services necessary for the continued growth and maintenance of these systems, which are critical for addressing interoperability challenges. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement by April 7, 2025, at 0800 PST, with inquiries directed to Contract Specialist Dan A Nardi at dan.a.nardi.civ@us.navy.mil or by phone at 619-553-4511.

Point(s) of Contact
Dan A NardiContract Specialist
(619) 553-4511
dan.a.nardi.civ@us.navy.mil
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Award Sole Source to MAPUSOFT
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to MAPUSOFT for the automated conversion of Very Low Frequency (VLF) legacy waveform code from ADA to modern C++. This procurement is critical for updating and maintaining the functionality of legacy systems, ensuring they meet current technological standards. The contract will be awarded on a Firm-Fixed-Price basis under FAR Simplified Acquisition Procedures, with the applicable NAICS code being 541519 for Other Computer Related Services. Interested parties who believe they can meet the requirements are encouraged to contact Contract Specialist James W Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841 for further inquiries.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
Notice of Intent - Sole Source - NMCI Support (BRIDGE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a Sole Source contract to the Advanced Alliant Solution Team (AAST) for continued operational support of NMCI deskside support and standardized hardware and software services. This procurement aims to bridge the gap in contract support for the Naval Air Systems Command (NAVAIR) Program Management Aviation (PMAs) and NAWCAD Groups until a competitive follow-on contract is awarded. The contract period is anticipated to run from May 1, 2025, to October 31, 2025, with the primary place of performance located at Patuxent River, Maryland. Interested parties may direct inquiries to Brandon Reaser at brandon.p.reaser.civ@us.navy.mil or Ashley Graves at ashley.d.graves4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System
Buyer not available
The Department of Defense, through the Naval Air Warfare Center, is seeking to procure the Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System, specifically from Curtiss-Wright Defense Solutions. This procurement involves the purchase of equipment and services as outlined in the Statement of Work (SOW), which is classified as Controlled Unclassified Information (CUI) and requires contractors to be certified through the Defense Logistics Information Services (DLIS) to access such information. The contract type is anticipated to be Firm-Fixed Price, and while the government intends to award the contract to a single source, other vendors may submit written responses for consideration within 15 days of the notice date. Interested parties can reach out to Marijo Pascua or Katy J. White via email or phone for further inquiries.
SOLE SOURCE –REMOVABLE STORAGE MODULES (RSM) COMPONENTS
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage module (RSM) components under a sole source contract with Curtiss-Wright Controls Electronic Systems Inc. The requirement includes various RSM parts such as carriers, handles, front panels, and covers, which are integral to the existing systems already in use by the Navy. This procurement is crucial for maintaining operational readiness and ensuring compatibility with current equipment. Interested vendors must submit their capability statements by April 22, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Cassidy Shaw at Cassidy.k.shaw.civ@us.navy.mil.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
NAWCAD WOLF Instrument Landing System (ILS) hardware, software, repair parts and services, training, other navigation equipment
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with Indra Air Traffic, Inc. for the procurement of Instrument Landing System (ILS) hardware, software, repair parts, services, training, and other navigation equipment, specifically to support systems like the AN/GRN-33(V). This procurement is critical as Indra Air Traffic, Inc. is the sole provider with the necessary technical data, manufacturing rights, and expertise to deliver the required components and spares for the ILS. The Government plans to establish a five-year Basic Ordering Agreement with Indra Air Traffic, Inc., and interested parties must direct their responses to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil by the specified response date and time.