DOE NNSA NA-20 SE&I Follow On Synopsis Posting of Limited Sources Notice to Sole Source
ID: 89233124RNA000256Type: Presolicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFNNSA NON-MO CNTRCTNG OPS DIVALBUQUERQUE, NM, 87185, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SERVICES; SPACE FLIGHT, RESEARCH AND SUPPORTING ACTIVITIES; R&D ADMINISTRATIVE EXPENSES (AR14)
Timeline
    Description

    The U.S. Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract to The Aerospace Corporation for System Engineering and Integration (SE&I) Support and Independent Technical and Programmatic Analysis related to nuclear defense and nonproliferation. This contract aims to enhance NNSA's capabilities in maintaining the U.S. nuclear stockpile and preventing the proliferation of nuclear weapons through independent assessments and technical support over a five-year period from January 1, 2025, to December 31, 2029. The total estimated value of the contract is $250 million, and interested firms that believe they can meet the requirements are encouraged to submit written evidence to the NNSA by contacting Larry P. Veltman or Tracy CDeBaca via email within 15 calendar days of this notice.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the U.S. Department of Energy's National Nuclear Security Administration (NNSA) to obtain independent scientific, technical, engineering, and advisory services related to nuclear defense and nonproliferation. The contractor will support NNSA's mission to maintain the U.S. nuclear stockpile, prevent the proliferation of nuclear weapons, and enhance national security through various technical and programmatic analyses. Key areas of work include System Engineering and Integration (SE&I), independent technical assessments, system design, and technology transition support. The contractor is expected to comply with all applicable laws and NNSA directives while providing skilled personnel and resources. Performance metrics include accuracy, cost-effectiveness, timeliness, and compliance with regulations. Reporting responsibilities are also emphasized, requiring regular updates on project progress and any significant issues encountered. The overarching goal of this PWS is to ensure NNSA can effectively manage its complex missions concerning nuclear safety and proliferation prevention, leveraging independent contractor support to enhance operational effectiveness and decision-making processes.
    The U.S. Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract to The Aerospace Corporation. This contract, authorized under FAR 6.302-1, is for System Engineering and Integration (SE&I) Support as well as Independent Technical and Programmatic Analysis for the Office of Defense Nuclear Nonproliferation and Defense Programs. It is expected to span five years, from January 1, 2025, to December 31, 2029, with a total estimated value of $250 million. This notice serves as a call to any firm capable of fulfilling the requirements to submit written evidence to the NNSA if they believe competition should be considered. The NNSA maintains discretion on whether to proceed with a competitive procurement based on responses received. The official points of contact for queries include Larry P. Veltman, NNSA Contracting Officer, and Tracy CDeBaca, NNSA Contract Specialist. This notice is publicly disclosed as part of limited source justification per federal regulations.
    Similar Opportunities
    76--Subscription to Nucleonics, Inside NRC, and Nuclear Fuel
    Active
    None
    Special Notice: U.S. Department of Energy (DOE) intends to award a sole source contract to Platts for a subscription to Nucleonics, Inside NRC, and Nuclear Fuel publications. These publications provide valuable information related to nuclear energy and the activities of the Nuclear Regulatory Commission (NRC). The contract consists of one base year. This notice is not a request for competitive proposals. If other firms disagree with the sole source contract, they can submit a capability statement and pricing information by April 19, 2013. The DOE will determine whether to compete the contract based on the responses received.
    FY25-FY28 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs office, intends to award an Engineering Services contract to Lockheed Martin Space for the Production and Deployed System Support (P&DSS) related to the W93/Mk7 Reentry Systems Technology Development and TRIDENT II D5LE2 Support for fiscal years 2025 to 2028. This contract encompasses a range of services including production support, engineering and operational assistance, technical support, and special studies, specifically focusing on the design, development, and production of the W93/Mk7 Aeroshell, as well as support for flight and ground test execution. The work is critical for ensuring the reliability and longevity of the Strategic Weapon System, with performance extending through September 30, 2031. Interested parties may express their interest and capabilities to the primary contact, Alexander Miller, at Alexander.Miller@ssp.navy.mil or by phone at 703-258-2192, although this notice is not a request for competitive proposals and the government is under no obligation to award a contract.
    C--SYNOPSIS A-E Services
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Non-MO Contracting Operations Division, is presoliciting for architect-engineer services under the title "C--SYNOPSIS A-E Services." This procurement aims to engage qualified firms to provide engineering services, which are critical for various projects within the department's operational framework. The contract falls under the NAICS code 541330, indicating a focus on engineering services, with a size standard of $25.5 million. Interested parties can reach out to John P. Bazylewicz at john.bazylewicz@nnsa.doe.gov or call 202-909-7513 for further inquiries regarding this opportunity.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Space Systems and Hardware Integration for Novel Experiments (SSHINE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking proposals for the Space Systems and Hardware Integration for Novel Experiments (SSHINE) initiative, which aims to advance small satellite technology through comprehensive research and development efforts. The procurement encompasses a range of services including systems engineering, mission development, flight experiment prototyping, and ground system capabilities maintenance, with a focus on ensuring compliance with cybersecurity and safety standards. This contract, classified as an Indefinite Delivery Indefinite Quantity (IDIQ) with a ceiling amount of $499 million, is critical for enhancing the United States' capabilities in space technology and innovation. Interested contractors must submit their written feedback on the draft documents by 3:00 p.m. Mountain Daylight Time on October 4, 2024, and can direct inquiries to Ms. DeAnna R. Salazar at deanna.salazar@us.af.mil.
    Notice of Intent to Sole Source for SAFRAN Risk Mangement Software
    Active
    Energy, Department Of
    The Department of Energy, Idaho Operations Office (DOE-ID), intends to issue a sole source contract to Safran Software Solutions, LLC for the procurement of three licenses of the SAFRAN Risk Management software, along with a two-year maintenance and support plan. This acquisition, totaling $33,366, is justified under the Federal Acquisition Regulation (FAR) 13.5 for simplified purchasing due to the software's unique compatibility with Primavera P6 Professional scheduling and Excel, which are essential for effective cost, schedule, and risk analysis on project work. The decision is based on market research confirming that alternative software options do not meet critical requirements, including IT compliance and necessary functionalities, thereby ensuring continued compliance and support for ongoing and future project management needs within the department. Interested parties may submit a capability statement to Mary Bates at batesme@id.doe.gov by the specified deadline of three calendar days from the notice publication.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Missile Warning, Missile Defense, and Space Domain Awareness. This procurement aims to fulfill ongoing requirements related to missile defense systems, building upon previous notices, particularly the Solid State Phased Array Radar System (SSPARS) Reacquisition initiative. The services and technologies sought are critical for enhancing national security and operational capabilities in space and missile defense. Interested parties can reach out to Steven Dyer at steven.dyer.5@spaceforce.mil or call 719-551-6347 for further information.
    Intent to Negotiate Sole Source with the University of Rochester Laboratory for Laser Energetics
    Active
    Dept Of Defense
    The Missile Defense Agency (MDA) intends to negotiate a sole source contract modification with the University of Rochester Laboratory for Laser Energetics for the project titled “Pulsed Laser Lethality Studies (PLLS).” This contract modification, valued at $35 million, aims to conduct investigations into pulsed laser lethality, focusing on the development of models and simulations to support the Department of Defense's analysis of various threats across multiple domains, including ground, sea, air, and space. The work will take place in Rochester, New York, with an estimated completion date of May 2028, and interested parties are encouraged to submit any relevant information by October 14, 2024, at 2:00 PM CT to the primary contact, Jessica Milam, at jessica.milam@mda.mil.