Reliability Class & Monthly Consultation
ID: N00174-24-SIMACQ-E1-0070Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to the College of William and Mary for reliability class training and monthly consultation services. The contract will focus on providing advanced statistical analysis support for the Advanced Medium Range Air-to-Air Missile (AMRAAM) Project, including a one-day course on reliability and data analysis techniques, such as Weibull analysis and Bayesian methods, for 4 to 30 participants. This initiative is crucial for ensuring the reliability and safety of ordnance systems throughout their lifecycle, emphasizing the importance of advanced statistical methodologies. Interested vendors must respond by October 29, 2024, at 10 AM (EST) and direct their inquiries to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Indian Head Division (NSWC IHD) seeks a statistical consultant, Dr. Leemis, for the E1 Division, focusing on the Advanced Medium Range Air-to-Air Missile (AMRAAM) Project. The contract includes a one-day course on Reliability, Data Analysis, and Software, designed for 4 to 30 participants, and will cover advanced statistical techniques including Weibull analysis and Bayesian methods. Dr. Leemis will also provide monthly consultations to support the AMRAAM team and other E1 projects. The training is planned for FY25, requiring 8-10 hours of instruction, along with course materials, evaluations, and certificates of completion for attendees. The NSWC IHD will provide necessary equipment and facilities, while ensuring that personnel involved hold the appropriate security clearances. This initiative underscores the importance of advanced statistical analysis in ensuring the reliability and safety of ordnance systems throughout their lifecycle.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Point Mugu Sea Range Mission Assurance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors to provide Mission Assurance Services for the Point Mugu Sea Range. The primary objectives include delivering advanced computer-assisted simulations and developing training scenarios for various target engagements, which are critical for enhancing military training and operational readiness. This opportunity is currently fulfilled under a sole-source contract, but the government is inviting responses from other firms that can demonstrate their capability to meet the requirements outlined in the Performance Work Statement. Interested parties must submit their capability statements by November 12, 2024, at 3:00 PM PST, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    Notice of Intent to Award a Sole Source Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center (NAWC-AD), intends to award a sole source contract to the College of Southern Maryland (CSM) for the support of Educational and Recruitment Strategies in collaboration with the University of Maryland and other academic institutions. This contract, which will be executed under FAR 13.501 Simplified Acquisition Procedures, aims to enhance research and educational program development for the period from November 1, 2024, to October 31, 2025. The decision to pursue a sole source award is based on market research conducted by the government, which retains discretion over competitive requirements. Interested parties may submit capability statements to the designated Contracting Officer, Aimee Raley, at aimee.k.raley.civ@us.navy.mil, within seven calendar days of this notice for consideration.
    Reliability Centered Maintenance (RCM) Analysis Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Reliability Centered Maintenance (RCM) Analysis Support Services through solicitation N6852024R0044. The objective of this procurement is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) line items to support the Naval Aviation Enterprise by analyzing aircraft engines, systems, and support equipment, including Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P) support. This contract is crucial for enhancing the reliability and operational readiness of naval aviation assets, ensuring compliance with Department of Defense specifications and performance requirements. Interested parties must submit their proposals electronically by the specified deadline, with inquiries directed to Robert Miedzinski at robert.m.miedzinski.civ@us.navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.
    DA10 - BRAND NAME MANDATORY IBM SPSS SOFTWARE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking quotes for the procurement of brand name IBM SPSS Statistics Premium Authorized User Software Subscription and Support Reinstatement for a duration of 12 months. This software is critical for the Naval Submarine Medical Research Laboratory (NSMRL) to conduct statistical analysis and data management effectively. The procurement is unrestricted, with no set-aside for small businesses, and the contract will be awarded to the lowest priced qualified offer. Interested vendors must submit their quotes via email to Nichole Stevens by October 29, 2024, at 11:00 a.m. EST, and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    FURY PRODUCT SUSTAINMENT AND ENGINEERING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking a contractor for the sustainment and engineering of FURY products, which are critical for electronic warfare training and operational readiness. The procurement involves a Firm Fixed-Price contract under sole source acquisition procedures, focusing on the development, upgrade, and life cycle sustainment of FURY systems to enhance aircrew operational capabilities. The contractor will be responsible for maintaining system configurations, conducting diagnostics, managing cybersecurity protocols, and delivering technical documentation, with significant penalties for non-compliance due to the sensitive nature of the information involved. Interested firms must submit a capability statement referencing solicitation number N6893624R0021 within 15 days of this notice, and can contact Joanna Capazzi or Christopher N. Bigelow for further details.
    H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.
    Ordnance and Mobility Analyst(s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Expeditionary Logistics Support Group (NAVELSG), is seeking qualified vendors to provide Ordnance and Mobility Analyst support services at Naval Weapons Station Yorktown in Virginia. The contract aims to enhance ordnance operations and planning capabilities, focusing on areas such as Ordnance Operations, Movement Control Procedures, and Mobility Library management, among others. This initiative is crucial for optimizing logistics in support of national military strategy and ensuring compliance with safety and regulatory standards. Interested businesses must submit a capabilities statement by November 8, 2024, with performance expected to commence around February 28, 2025, and a potential contract duration of five years, including options for extension. For further inquiries, vendors can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    SOLE SOURCE – EVALUATION AND REPAIR OF INTEGRATED MICROWAVE ASSEMBLIES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the sole source evaluation and repair of Integrated Microwave Assemblies (IMA) specific to the Airborne Electronic Attack Systems EA-18G FST Program. The procurement involves a firm-fixed-price contract for the evaluation and potential repair of 18 IMAs, with the unique nature of the items necessitating a sole source supplier, CAES Systems LLC. This contract is critical for maintaining the operational readiness and effectiveness of advanced military systems, ensuring compliance with U.S. export controls and government property regulations. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.