Victoria Class Bow Array
ID: N00024-25-R-6103Type: Presolicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

UNDERWATER SOUND EQUIPMENT (5845)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a contract to Delphinus Engineering Inc. for the procurement of the Victoria Class Bow Array (VCBA) during fiscal years 2025-2029. The contract will encompass one base year and four option years, requiring the contractor to possess expert technical knowledge of the VCBA design, including software and hardware integration, to meet stringent international partner deadlines. This procurement is critical for maintaining the operational capabilities of the U.S. Navy's underwater sound equipment, as Delphinus is the sole source provider due to its unique expertise and the directive from the VCBA International Partner. Interested parties may express their interest and capabilities to the primary contact, Zachary Cooper, at zachary.h.cooper2.civ@us.navy.mil, or the secondary contact, Christopher Russell, at christopher.s.russell34.civ@us.navy.mil, although this notice is not a request for competitive proposals.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Victoria Class Bow Array
    Currently viewing
    Presolicitation
    Similar Opportunities
    Large Vertical Array Production
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is seeking information from potential contractors for the Large Vertical Array Production under a Sources Sought notice. This procurement aims to gather insights on capabilities related to the manufacturing of underwater sound equipment, specifically for the OHIO and VIRGINIA Class submarines, which are critical to naval operations. Interested parties must adhere to a Terms of Use Agreement concerning Government Furnished Information (GFI), which includes sensitive data and mandates strict compliance with handling regulations. For further inquiries, interested vendors can contact Matthew Nalls at matthew.a.nalls2.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking potential sources for the production of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This Sources Sought notice aims to identify businesses capable of fabricating, assembling, testing, and delivering the LwLCCA, which is a passive planar array designed to enhance situational awareness and collision avoidance for submarines operating in high-density environments. Interested companies must demonstrate their technical capabilities and past performance related to similar projects, with submissions due by March 27 at 11:59 EDT to the designated contacts, Matthew Nalls and Zachary Cooper, via their provided email addresses. Access to the Draft LwLCCA Performance Specification is contingent upon signing a Terms of Use Agreement, emphasizing the importance of safeguarding sensitive information in compliance with federal regulations.
    Sole Source to Teledyne Brown Engineering, Inc. for 5 EA. SDV MK 11 Trim Control Valves
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure five SDV MK 11 Trim Control Valves from Teledyne Brown Engineering, Inc. This sole source procurement is justified due to Teledyne's status as the Original Equipment Manufacturer, which makes it uniquely qualified to meet the government's specific requirements for these specialized valves. The acquisition is critical for ensuring timely delivery and operational readiness, as substituting with another manufacturer would incur significant costs and delays. Interested parties can reach out to Jessica Clark at Jessica.D.Clark27.civ@us.navy.mil or Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil for further information regarding this opportunity.
    Sole Source - Linear Piezoelectric Transducer Array
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a linear piezoelectric transducer array consisting of 16 elements as a Sole Source requirement from the University of Central Florida. This procurement is critical to meet operational timelines by March 31, 2025, and is structured as a Firm Fixed Price contract, emphasizing the urgency and specialized expertise required for this technology. Interested vendors may submit capability statements to inform future procurement strategies, with quotes due electronically by December 12, 2024, detailing pricing, shipping, and offer validity. For further inquiries, interested parties can contact Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil or by phone at 401-832-2028.
    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 Award a Sole Source Contract to Collins Aerospace for Production of SubHDR Block VI
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems, intends to award a sole source contract to Collins Aerospace for the production of the SubHDR Block VI. This procurement aims to secure advanced communications equipment, classified under the NAICS code 334290, which is critical for enhancing naval operations and capabilities. The goods and services sought are vital for maintaining and improving the technological edge of the Navy's communication systems. Interested parties can reach out to Contract Specialist Michael W. Ferlo at michael.w.ferlo.civ@us.navy.mil or by phone at 619-857-9996 for further information regarding this opportunity.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.
    Shaft Seals
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the replacement of propulsion shaft main shaft seal assemblies on Virginia Class submarines during the FY-25 Depot Modernization Period. The project requires a Defense Maritime Systems Technical Representative to oversee the technical aspects throughout the disassembly, reassembly, and testing phases, ensuring compliance with environmental, safety, and quality standards. This procurement is critical for maintaining the operational readiness and safety of the submarines, emphasizing the importance of high technical standards and oversight. Interested vendors should contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or call 757-396-8790 for further details, as the contract is set aside for 8(a) sole source under FAR 19.8.
    Reactor Plant Planning Yard and Moored Training Ship Support Yard Procurement
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to award a sole source contract to Electric Boat Corporation for engineering and design support related to the Planning Yard for reactor plants and propulsion plants of nuclear-powered submarines. This procurement is critical for maintaining the operational readiness and safety of the U.S. Navy's nuclear fleet, ensuring that the necessary support and expertise are available for these complex systems. Interested parties may express their interest and capability to respond to this requirement within fifteen days of the publication of this presolicitation notice, although no proposals will be accepted at this time. For further inquiries, interested parties can contact Lisa Wagaman at lisa.c.wagaman.civ@us.navy.mil or Ryan Daniels at ryan.j.daniels@navy.mil.