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
    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
    Dept Of Defense
    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.
    4820 - Presolicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is preparing to solicit bids for a Multiple Award Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This two-year program, with the potential for three additional option years, aims to provide repair services for various submarine components, particularly focusing on ball valves and other related items essential for the Los Angeles and Virginia submarine classes. The anticipated contract value is approximately $78 million, and interested parties must submit their capability statements via email to the designated contacts by January 27, 2025, at 1600 EST. For further inquiries, potential bidders can reach out to Madison Gray at madison.m.gray4.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
    Complexity Reviews - Columbia / Virginia Class shock qualification programs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking bids from small businesses for engineering support related to shock qualification programs for the Columbia and Virginia Class submarines. The procurement involves conducting low and high complexity reviews of both contractor-furnished and government-furnished equipment to ensure compliance with established shock specifications, with deliverables including technical reports and presentations. This initiative underscores the government's commitment to maintaining high standards in submarine defense capabilities, with a total contract value of up to $999,000 over three years, evaluated on a lowest price technically acceptable (LPTA) basis. Interested parties must submit their quotes by January 31, 2025, and direct any inquiries to Steven Besanko at steven.besanko@navy.mil by January 24, 2025.
    TECHNICAL AND PROGRAM SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command, is soliciting proposals for technical and program support services under the RFP N0018925R0003, with a focus on enhancing operational efficiency and compliance within the Naval Information Forces (NAVIFOR). The procurement requires contractors to provide a range of services, including advisory support, while adhering to stringent security protocols and performance metrics, as outlined in the Performance Work Statement (PWS). This opportunity is critical for maintaining the integrity of sensitive data and ensuring effective resource management in government operations. Proposals are due by January 28, 2025, and interested parties should direct inquiries to William Spencer at william.p.spencer.civ@us.navy.mil or by phone at 757-206-2974.
    Touch Labor Shipfitter support
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking contractor support for skilled Marine Shipfitters, On-Site Supervisors, and a Program Manager to assist with the overhaul, modernization, and repair of 688 Class and 774 Class submarines. The procurement requires ten experienced shipfitters, two supervisors, and one program manager to ensure compliance with safety and operational standards during the contract period from March 2, 2025, to September 27, 2025. This initiative is crucial for maintaining naval capabilities and involves stringent requirements for personnel qualifications, including security clearances and medical fitness. Interested parties should prepare to submit proposals electronically, with a formal solicitation expected within 14 days, and can contact Gary W. Murdock at gary.w.murdock.civ@us.navy.mil for further information.
    J--MODULE SCREENING AND REPAIR ACTIVITY SUPPORT SERVICES
    None
    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.
    Anti-Submarine Warfare Development for Undersea Systems
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is preparing to issue a Request for Proposal (RFP) for the development of advanced signal processing, tracking algorithms, tools, and display technologies for Undersea Warfare Systems. The primary objective is to enhance the Undersea Warfare Decision Support System (USW DSS) and the Advanced Processing and Capability Builds for Surface Ship and Submarine systems. This initiative is critical for improving combat system capabilities in undersea warfare, ensuring the effectiveness and readiness of naval operations. Interested parties may submit capability statements or proposals for consideration, with the anticipated contract award date set for the third quarter of FY25, encompassing a base year and four option years. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.
    High Frequency Sail Array (HFSA) Underwater Fiber Optic SONAR Cable Assemblies
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of High Frequency Sail Array (HFSA) Underwater Fiber Optic SONAR Cable Assemblies. The procurement involves a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for build-to-print cable assemblies, emphasizing adherence to NAVSEA guidelines and stringent security measures throughout the manufacturing process. These cable assemblies are critical for supporting the Navy's undersea operations and will be utilized by various submarine program offices and naval shipyards. Interested contractors must be registered in the System for Award Management (SAM) and possess an active Joint Certification Program (JCP) certification to access detailed drawings. The anticipated release date for the Request for Proposal (RFP) is around January 24, 2025, with further details to be provided in the solicitation. For inquiries, contact Tyler Shannon at tyler.z.shannon.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
    70--Splunk Enterprise renewal
    Dept Of Defense
    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
    Dept Of Defense
    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 anticipated award date around May 2025, and the SRA scheduled to commence in September 2025 and conclude in September 2026. Interested parties must submit proposals by the extended deadline of February 3, 2025, and can request additional documentation by contacting the Contract Specialist, Jhalin Anderson, at jhalin.d.anderson.civ@us.navy.mil.