Submarine Professional Support Services
ID: N0002424R2130Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

PSC

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

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Submarine Professional Support Services in Alexandria, VA. This contract modification will provide subject matter expertise, advisory assistance, program management support activities, and nuclear-powered submarine platform engineering, technical and construction support and analysis. The contract will support foreign military sales (FMS) customers and United States (US) requirements. The period of performance will be extended through Fiscal Year 2029. This is a sole source contract and no other supplies or services will satisfy agency requirements. Interested parties should contact Systems Planning and Analysis, Inc. (SPA) directly for subcontracting opportunities. No solicitation documents are available at this time.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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's NAVSEA HQ, is issuing a final solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work related to Chief of Naval Operations (CNO) availabilities on Fast Attack Submarines. This procurement seeks to engage qualified contractors who can provide essential services in shipbuilding and repairing, specifically under the NAICS code 336611 and PSC code 1905 for combat ships and landing vessels. The contract is significant for maintaining and enhancing the operational readiness of the Navy's submarine fleet. Interested parties should direct all inquiries to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081, and must adhere to the specified deadlines for question submissions as outlined in the solicitation documents.
    Repair of Virginia Class Propulsor Rotor Assembly
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a qualified contractor for the repair of one Virginia Class Propulsor Rotor Assembly, with the solicitation number N00104-25-Q-F011. The procurement involves the repair of the assembly, identified by NSN 2S 2010-01-534-8269 P2, utilizing FAR Part 13 Simplified Acquisition Procedures, with a required delivery date set for January 31, 2027. This assembly is critical for the propulsion systems of Virginia Class submarines, underscoring its importance to naval operations. Interested contractors can reach out to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details, with the solicitation expected to be available electronically approximately 15 days from the posting date.
    BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY: BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms This notice is a Broad Agency Announcement (BAA) issued by the DEPT OF DEFENSE DEPT OF THE NAVY, specifically the NAVSEA HQ office. The BAA is for the procurement of operational analysis, SSN/SSGN survivability program (S3P), and hull, mechanical and electrical (HM&E) materials, design concepts, and technologies for future submarine platforms. The service/item being procured is related to the research and development of materials, design concepts, and technologies that will enhance the survivability and operational capabilities of future submarine platforms. This includes conducting operational analysis and implementing the SSN/SSGN survivability program (S3P). The focus is on the hull, mechanical, and electrical aspects of the submarines. The BAA will remain open for three years from the date of publication, allowing interested parties to submit White Papers as initial responses. Proposals will be requested from selected offerors based on the technical review of the White Papers. Contracts or other ordering vehicles may be awarded based on proposal evaluations and funding availability. It is important to note that NAVSEA will not issue paper copies of this announcement and all White Papers and proposals will be treated as competition sensitive information. The contents of the White Papers and proposals will only be disclosed for evaluation purposes. Overall, this BAA aims to enhance the future submarine platforms' survivability and operational capabilities through the development of innovative materials, design concepts, and technologies.
    Propulsor Demonstration Hardware (PDH) Follow-On
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the procurement of Propulsor Demonstration Hardware (PDH) Follow-On. The primary objective of this procurement is to design and develop prototype propulsors, shafting, and bearing components, along with the necessary manufacturing plans to support the U.S. Navy's submarine programs. This initiative is crucial for advancing the Research and Development (R&D) of submarine propulsors, ensuring the delivery of high-quality hardware for testing and evaluation, as well as vendor qualification. Interested parties should direct their inquiries to Carlos Triay at carlos.triay@navy.mil or Charles Renno at charles.l.renno.civ@us.navy.mil, with the solicitation details available through the provided amendments. The place of performance for this contract will be in Bethesda, Maryland.
    Navy Analytic Studies Program
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide analytical, engineering, scientific, and programming services under the Navy Analytic Studies Program. The procurement aims to enhance the Navy's capability analysis and resource allocation within its Planning, Programming, Budgeting, and Execution (PPBE) system, focusing on warfare analyses, operational scenario development, and maintaining analytic databases to support the Program Objective Memorandum (POM) for the Chief of Naval Operations. This initiative is critical for ensuring military readiness and effectiveness amid evolving maritime challenges, with the contractor expected to deliver various reports and maintain compliance with federal data rights and accessibility standards. Interested parties should contact Zachary Rutherford at 757-755-0555 or via email at zachary.r.rutherford.civ@us.navy.mil, with the solicitation anticipated to be released in February 2025 and performance expected to begin around October 19, 2025, continuing for five years thereafter.
    J--MODULE SCREENING AND REPAIR ACTIVITY SUPPORT SERVICES
    Buyer not available
    Presolicitation J--MODULE SCREENING AND REPAIR ACTIVITY SUPPORT SERVICES by the Fleet Logistics Center Norfolk Contracting Department Groton Office is seeking qualified sources capable of providing Technical, Logistic, Training and Data Management Support for the Module Screening and Repair Activity (MSRA) located at the Naval Submarine Support Facility (NSSF) in Groton, CT. This is a commercial services contract with a 12-month Base Year and four 12-month Option Year periods. The anticipated release of the solicitation is during the second or third week of January 2018. Vendors must be registered in the System of Award Management (SAM) database to be eligible for award.
    N00024-25-R-4421 USS THE SULLIVANS (DDG 68) FY25 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 Docking Selected Restricted Availability (DSRA) of the USS THE SULLIVANS (DDG 68). This procurement requires a contractor capable of executing a comprehensive scope of maintenance, modernization, and repair, necessitating substantial facilities and resources to manage complex ship maintenance tasks. The contract, which will not be set aside for small businesses due to the specialized nature of the work, is expected to be awarded around June 2025, with the DSRA commencing in September 2025 and concluding in April 2027. Interested contractors should contact Zachary Sullivan at zachary.s.sullivan13.civ@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to solicitation attachments, ensuring they are registered in the System for Award Management (SAM) at www.sam.gov.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    USS NEW YORK (LPD 21) FY25 Selected Restricted Availability
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 Selected Restricted Availability (SRA) of the USS NEW YORK (LPD 21). This procurement involves comprehensive maintenance, modernization, and repair services, necessitating a contractor with substantial facilities and resources capable of managing complex ship maintenance tasks. The contract is expected to be awarded to a single contractor, with the work anticipated to commence in September 2025 and conclude by September 2026. Interested parties should submit proposals by the extended deadline of February 3, 2025, and may contact Jhalin Anderson at jhalin.d.anderson.civ@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further information and access to necessary documents.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.