Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
ID: N6600126R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested firms can find more information and updates on the solicitation by visiting the Procurement Integrated Enterprise Environment (PIEE) website or contacting Paige Miller at paige.r.miller5.civ@us.navy.mil.
    Broad Agency Announcement (BAA) C4ISR, Information Operations, Cyberspace Operations and Information Technology System Research, Cryogenics and Quantum
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center, Pacific (NIWC Pacific), is soliciting white papers and proposals under a Broad Agency Announcement (BAA) focused on advancing Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) capabilities, as well as enabling technologies for Information Operations and Cyberspace Operations. The objective is to explore innovative approaches for the development of next-generation integratable C4ISR capabilities and command suites, with submissions expected to comply with federal regulations for competitive selection in research and development. This opportunity is critical for enhancing national defense capabilities and will involve procurement contracts, grants, cooperative agreements, and other transactions. Interested parties should submit their proposals by 4:00 PM Pacific Time on the closing date, which is 365 calendar days from the posting date of June 10, 2025. For further inquiries, contact Benjamin Ossenfort at benjamin.j.ossenfort.civ@us.navy.mil or Ashley Prokop at ashley.c.prokop.civ@us.navy.mil.
    Solicitation - 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 soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    Infrastructure Safety Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking industry input for Infrastructure Safety Support Services under a Cost-Plus Fixed Fee (CPFF) task order. The procurement aims to gather information to assist in the preparation of a task order that will encompass safety and environmental compliance, facilities management, and security operations across Kitsap, Jefferson, and Clallam Counties in Washington State. This initiative is critical for ensuring the operational integrity and safety of the Navy's infrastructure, with an estimated contract value between $25 million and $50 million, and a projected workforce requirement of approximately 32 full-time positions. Interested parties are encouraged to submit their responses and questions via email to Michelle Farrales by December 12, 2025, as part of this sources sought notice.
    NAVWAR Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking innovative commercial technologies via a Commercial Solutions Opening (CSO) to enhance information warfare capabilities for naval and joint military operations. This initiative aims to procure solutions that align with specific Areas of Interest (AOI) related to NAVWAR's technology portfolios, utilizing a streamlined three-phase model that includes Solution Briefs, Pitch Sessions, and Proposal submissions. The CSO process, running from June 4, 2025, to June 3, 2030, emphasizes collaboration and encourages teaming arrangements among diverse entities, with evaluations based on the relevance, innovation, and technical feasibility of proposed solutions. Interested parties should submit unclassified solutions and comply with cybersecurity and intellectual property regulations, with further details available on the NAVWAR CSO website. For inquiries, contact Alexander Holtet at alexander.holtet@navy.mil or Christopher J Murr at christopher.j.murr.civ@us.navy.mil.
    RDTE Program Technical Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.