Continue to augment the Corrosion Cracking Maintenance Prediction Software (CCMPS)
ID: N0016724Q0308Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Plastics Material and Resin Manufacturing (325211)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for a follow-on contract to enhance the Corrosion Cracking Maintenance Prediction Software (CCMPS), originally developed under an Office of Naval Research program. The primary objective of this procurement is to refine the software framework and integrate additional material and structural input models to improve its predictive capabilities for corrosion and cracking in naval structures, particularly focusing on various aluminum alloys and ship classes. This software tool is crucial for optimizing maintenance operations within the Navy, ensuring the reliability and efficiency of naval assets. Interested small businesses must submit their quotes by September 10, 2024, and include necessary documentation such as pricing and a Cage Code. For further inquiries, potential contractors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is requesting quotes for a follow-on contract to enhance the Corrosion Cracking Maintenance Prediction Software (CCMPS), initially developed under an Office of Naval Research program. The primary objective is to refine the software framework and integrate additional material and structural input models to enhance its predictive capabilities for corrosion and cracking in naval structures, specifically targeting various aluminum alloys and ship classes. The solicitation is set aside for small businesses, stipulating a firm-fixed price contract with a deadline for quotes by September 10, 2024. Prospective contractors must demonstrate their ability to meet the requirements outlined in the Performance Work Statement (PWS) and should include pricing, a Cage Code, and other necessary documentation in their submissions. To ensure compliance with federal acquisition regulations, various clauses and provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement are included in the solicitation, which emphasizes the importance of contractor familiarity with the CCMPS tool. The project aims to improve the reliability and efficiency of naval maintenance operations through advanced software solutions.
    This memorandum outlines the justification for a sole source acquisition under the Simplified Acquisition Threshold (SAT) for augmenting the Corrosion Cracking Maintenance Prediction Software (CCMPS) developed by VEXTEC Inc. The acquisition is necessitated by the proprietary nature of the CCMPS architecture, specifically its Monte Carlo simulations, which are essential for predicting corrosion cracking in aluminum ship structures. The project's goal is to enhance the tool to incorporate new data related to 5083 H116 aluminum alloy and its application to LCS ship classes, leveraging a prior investment of approximately $1 million from the Office of Naval Research. The memorandum follows Federal Acquisition Regulation (FAR) guidelines, emphasizing that competition has been limited due to the proprietary rights held by VEXTEC. The certification and approval from the contracting officer confirms the justification for proceeding without full and open competition, underlining the unique requirements and the necessity of the brand name product for the government's needs. Overall, this action aims to optimize the existing software tool efficiently while adhering to regulations governing government procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Surface Warfare Center Carderock Division Metallography Lab BPA
    Active
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking vendors to provide metallographic laboratory equipment through a combined synopsis/solicitation. The procurement aims to acquire essential supplies and services for analyzing metallic materials, including abrasive cutoff saws, hot mounting presses, automated polishers, hardness testers, and various microscopes, along with necessary accessories and consumables. This initiative supports the establishment of a Rapid Alloy Manufacturing and Processing (RAMP) lab, which is crucial for advancing next-generation alloy development for naval applications. Interested vendors must submit their quotes by 11:00 AM on July 16, 2024, with a total ceiling for multiple Blanket Purchase Agreements (BPAs) set at $7,499,000, and individual purchase limits capped at $750,000. For further inquiries, vendors can contact David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Weld Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking small businesses to provide on-site weld repair services for Nickel-Aluminum-Bronze (NAB) castings at the Naval Foundry and Propeller Center in Philadelphia, Pennsylvania. The procurement aims to fulfill specific Navy technical requirements, ensuring that qualified technicians perform weld repairs over a period of 10 consecutive weeks, with a firm-fixed-price contract anticipated. This opportunity is crucial for maintaining the integrity and operational readiness of naval components, emphasizing compliance with security protocols and technical specifications. Interested contractors must submit their quotes by September 19, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-478-2013 for further information.
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    CCA, PROCESSOR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of CCA Processors, classified under NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement involves the inspection, evaluation, and repair of specific items, with a firm fixed-price purchase order to be awarded following the receipt of quotations. These processors are critical components in military communications systems, necessitating adherence to stringent quality and technical specifications outlined in the Individual Repair Parts Ordering Data (IRPOD). Interested contractors should direct inquiries to Zackary Loudon at 717-605-7722 or via email at zackary.loudon@navy.mil, with quotations valid for 60 days post-submission.
    COMMAND PE SOFTWARE - SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, is seeking proposals for the procurement of two Command PE Premium licenses as part of a service contract. The objective of this procurement is to secure the CommandPE software and associated licenses to enhance training capabilities through immersive war games and tabletop exercises, with a performance period scheduled from October 2, 2024, to March 1, 2025. This initiative is crucial for advancing the Navy's training methodologies by integrating custom environments for realistic simulations. Interested bidders must submit their quotes by 09:00 a.m. EST on September 18, 2024, to Amy Anderson at amy.c.anderson2.civ@us.navy.mil, ensuring compliance with all solicitation requirements and regulations.
    NGD-9 A Side & B Side Liquid Polymer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of NGD-9 A Side and B Side Liquid Polymer, which is essential for acoustic modification and protection of Navy vehicle surfaces. This procurement will be conducted on a sole-source basis, as the product is a proprietary formulation from Goodrich/Collins Aerospace, and the government intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures. Interested vendors must submit their quotes by 10:00 AM EST on September 17, 2024, with questions due by September 16, 2024, to Brittany Tavassoli at brittany.b.tavassoli.civ@us.navy.mil. The procurement emphasizes compliance with federal guidelines and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    Rotary Retract Engine Cable Tensioner Piston Rod Rework
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Mid-Atlantic, is seeking quotes for the rework of nine Rotary Retract Engine Cable Tensioner Piston Rods to ensure fleet readiness. The procurement involves refurbishing components that have been found out of operational tolerance, requiring adherence to a detailed Statement of Work (SOW) and compliance with military standards, including dimensional and non-destructive testing, as well as reapplying Nickel-Chromium and Cadmium plating. This contract is a 100% Total Small Business set-aside, with a firm fixed price award anticipated under FAR Part 13.3, and quotes must be submitted by 5:00 PM on August 31, 2024, to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil. Interested parties should ensure they have the necessary documentation and comply with the specified requirements to be considered for this opportunity.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.