Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
ID: N6426725R3054Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Navy Maritime Maintenance Enterprise Solution (NMMES) Sustainment and Modernization Support RFP outlines requirements for IT support aimed at enhancing shore-based ship maintenance and logistics systems managed by the Naval Sea Systems Command. The contractor is expected to provide comprehensive services in operations support, systems engineering, software maintenance, programming, testing, and evaluation of 79 existing IT systems. Various task areas include business process reengineering, performance benchmarking, requirements analysis, and software engineering. The contract mandates adherence to DoD and Department of the Navy regulations, ensuring compliance and risk management through rigorous program oversight. The contractor will aid in the development of IT strategies, system integrations, and data management to support global Navy operations, particularly at Naval Shipyards and related facilities. Essential deliverables encompass support for system installations, help desk operations, and comprehensive training programs for personnel. The goal is to create an efficient, secure, and sustainable IT environment that facilitates effective ship maintenance and lifecycle management while aligning with Navy initiatives and operational requirements.
    Similar Opportunities
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.
    USNS William McLean MTA 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Notice of Intent to Sole Source to HGW and Associates, LLC for general support and maintenance of Enterprise Safety Applications Management System (ESAMS)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Expeditionary Warfare Center, intends to award a sole source contract to HGW and Associates, LLC for the general support and maintenance of the Enterprise Safety Applications Management System (ESAMS). This procurement aims to provide IT support for public safety-related applications utilized by the Naval Facilities Engineering Systems Command (NAVFAC) and its customers, ensuring compliance with federal regulations and effective management of safety program records for approximately 25,000 users worldwide. The contract will enhance existing systems, including the Contractor Incident Reporting System (CIRS) and Occupational Medical Surveillance System (OMSS), while delivering user training, technical support, and regular performance reporting. Interested parties can reach out to Dyanne Van Der Kamp at dyanne.vanderkamp.civ@us.navy.mil or Lorraine M. Aguon at lorraine.m.aguon.civ@us.navy.mil for further information, with the contract period set for one year and two optional extensions.
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for commercial off-the-shelf (COTS) preventive and corrective maintenance services for industrial machinery. The procurement aims to ensure the operational integrity of various equipment vital for the U.S. Navy's operations at the West Bethesda site, with a total ceiling of $4.5 million over a five-year period, allowing individual orders capped at $249,000. Interested small businesses must submit their pricing and capability statements by March 18, 2025, to David Crouch at David.w.crouch3.civ@us.navy.mil, ensuring compliance with outlined procedures and standards for maintenance and reporting.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for the maintenance and modernization of fast attack submarines. This contract will support the Navy's four public shipyards by encompassing a range of services, including preservation, structural testing, electrical services, and engineering support, with specific requirements defined at the delivery order level. The work is critical for maintaining the operational readiness of nuclear-powered attack submarines and will be performed at Norfolk, Puget Sound, Pearl Harbor, and Portsmouth Naval Shipyards over a five-year base period, with three additional option years. Interested contractors can reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or Jennifer Kramer at jennifer.l.kramer26.civ@us.navy.mil for further details.
    SOLE SOURCE – HELIOS G4 MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to establish a sole source maintenance agreement for the Helios G4 UX Scanning Electron Microscope with FEI Company. This procurement is essential for ensuring the operational readiness and maintenance of critical electronic and precision equipment, reflecting the government's commitment to maintaining high standards in laboratory operations. The contract, identified by solicitation number N00164-25-Q-0576, is structured as a firm-fixed price agreement, with a service period from April 7, 2025, to April 6, 2026, and offers must be submitted by March 20, 2025, at 3:00 PM Eastern Time. Interested vendors can contact Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to participate.