Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
ID: N32205-26-SSN-NavBridgeType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command (MSC), is seeking information from potential vendors regarding their capabilities to provide worldwide navigational bridge services for Northrop Grumman/Sperry Marine equipment on MSC vessels. This Sources Sought Notice aims to gather insights for acquisition planning and is not a solicitation for bids or contracts; interested parties are encouraged to submit a capabilities package detailing their qualifications and experience by April 25, 2025. The services are critical for maintaining operational readiness across the fleet, emphasizing the importance of technical support, maintenance certifications, and compliance with government regulations. For further inquiries, vendors can contact Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement outlines the requirements for a contract to provide systems and service support for Military Sealift Command (MSC) vessels, including various types of ships essential for military logistics. The contractor will deliver worldwide engineering support, repairs, technical evaluations, and the procurement of OEM parts for critical navigation and communication equipment, specifically focusing on Northrop Grumman/Sperry Marine brands. Key tasks include shipboard technical support, maintenance certifications, and configuration management, with performance assessed through various metrics, including timely and accurate deliverables. This contract follows an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over a five-year period and emphasizes non-personal services. Contractor personnel will need to maintain qualifications, handle travel logistics, and ensure compliance with government regulations regarding sensitive information. The contract enforces strict oversight on performance standards, offering deductions for non-compliance and requiring monthly reporting to track progress and deliverables, thereby highlighting a clear commitment to quality and accountability within government contracting processes.
Apr 11, 2025, 3:13 PM UTC
The Military Sealift Command (MSC) issued a Sources Sought Notice to gather information from both small and large businesses regarding their capabilities to support MSC’s requirements for systems and service support for bridge electronic communication and navigation equipment on its vessels, particularly OEM Northrop Grumman/Sperry Marine equipment. This notice is strictly for acquisition planning and is not a solicitation for bids or contracts. Vendors other than OEM authorized distributors may seek qualification for MSC work. Interested organizations are requested to submit a capabilities package by April 25, 2025, which includes their basic qualifications, organizational history with similar projects, and any applicable small business designations. Additionally, feedback on the clarity of the draft Performance Work Statement (PWS) and market survey questions is sought to refine the requirements. The NAICS code for this opportunity is 541330 – Engineering Services, with a small business standard of $25.5 million. The MSC aims to maintain high operational readiness across its fleet, making input from potential contractors crucial for fulfilling its mission effectively.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
USNS BRUNSWICK - IMCS Groom and Repair
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Original Equipment Manufacturer (OEM) technical services for the Integrated Machinery Control System (IMCS) maintenance on the USNS BRUNSWICK (T-EPF 6). The procurement involves annual maintenance tasks, including component replacements and inspections of various technical systems, which are critical for ensuring the operational readiness of the vessel. The contract period is set from May 1 to May 30, 2025, with performance taking place at JEB Little Creek, Virginia. Interested vendors should direct inquiries to Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or Molly Dickson at molly.l.dickson.civ@us.navy.mil for further details.
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.
MSC PROFORMAS 12-24 REVISION 1
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is issuing a Special Notice for the revision of MSC Proformas 12-24, which includes updates to incorporate Class Deviations 2025-O0003 and 2025-O0004. This procurement aims to solicit offers for various maritime services, including time-chartered U.S. flag tugs and other vessel charters, to support military logistics and operational readiness. The contracts will require compliance with stringent operational, safety, and regulatory standards, ensuring that contractors provide the necessary capabilities for harbor support, cargo transportation, and emergency assistance. Interested parties can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or call 564-230-3660 for further details.
USNS BRUNSWICK (GDMS DISCREPANCIES LIST)
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for commercial technical services to address discrepancies identified in a July 2024 service report for the USNS BRUNSWICK. The procurement involves OEM technical services from General Dynamics-Mission Systems (GD-MS) to perform inspections, repairs, and installations on critical communication systems and equipment, with a performance period scheduled from May 10 to May 30, 2025, at Joint Expeditionary Base Little Creek in Virginia. This opportunity is crucial for maintaining operational integrity and compliance with maritime regulations, as the communication systems are vital for ship safety and functionality. Interested contractors must submit their quotes, including pricing and technical capabilities, by adhering to the specified guidelines, and can contact James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil for further information.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
COASTAL TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential time charter of a coastal tanker as outlined in Sources Sought notice SS-25-059. The MSC requires one clean, U.S.-flagged, double-hull shallow draft tanker with segregated ballast tanks, capable of carrying at least 40,000 barrels of various fuels, with specific criteria including a maximum length of 108 meters and a service speed of at least 12 knots. This procurement is crucial for supporting the Defense Logistics Agency's logistics solutions, with delivery expected by June 29, 2025, for an initial one-year term, including options for an additional year and an eleven-month period thereafter. Interested parties must submit detailed company and vessel information by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further inquiries.
USNS JOHN LEWIS_FREQ CONVERTER_BRAND NAME MACGREGOR USA
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two frequency converters from MacGregor USA, Inc., as part of a combined synopsis/solicitation. This acquisition is critical for maritime operations, specifically for ship’s mooring capstans, and is limited to MacGregor USA due to the proprietary nature of the equipment and the urgency of the requirement. The contract will be a firm-fixed price purchase order, with responses due by April 28, 2025, and a delivery deadline set for June 20, 2025, to the MSC SSU in San Diego, California. Interested parties should submit detailed pricing, technical specifications, and delivery estimates, and may contact Susan Bryant or Marcin Krauze for further information.
USNS ROBERT PEARY CENTRIFGUAL PUMP PARTS/CARTRIDGE TYPE SEALS
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of AES cartridge type seals and AES CURC cartridge seals, essential components for naval operations aboard the USNS Robert Peary. This procurement is limited to a single source, VSP TECH, INC., due to proprietary rights held by AESSEAL® regarding the design and critical safety considerations of the pumps' functionality. The total anticipated cost for this procurement is $12,436.76, with a required delivery date set for June 1, 2025, and quotations must be submitted by 10:00 AM EST on April 24, 2025. Interested parties can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further information.