Tri-Service CAD/PAD Life Cycle Management Support
ID: N0017425SN0014Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking sources for the Tri-Service CAD/PAD Life Cycle Management Support contract. This procurement aims to provide comprehensive engineering, technical, administrative, and programmatic support for the life cycle management of aircrew escape systems under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD). The services required include product improvement, ordnance assessment, and technical consulting, with an emphasis on ensuring state-of-the-art technologies are available to meet mission assignments. Interested parties must submit their notice of interest and capabilities statement by January 31, 2025, to Jenelle Jackson at the NSWC Indian Head, with the anticipated contract type being Firm-Fixed Price (FFP) for a five-year period.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MK 38 MOD 4 Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to issue a Cost Plus Fixed Fee (CPFF) order for engineering services under Basic Ordering Agreement N00174-23-G-0003. The procurement aims to secure the expertise of qualified engineers, logisticians, and safety engineers to support Naval Personnel, encompassing services such as modification and finalization of technical drawings, logistic support documentation, engineering support, and fleet technical support. This contract is critical for maintaining and enhancing the operational capabilities of naval equipment, with MSI identified as the sole source capable of fulfilling these requirements within the necessary timeframe. Interested parties may direct inquiries to Ivy Sasaki at ivy.h.sasaki.civ@us.navy.mil for further information.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    UWARS Parachute Release
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of UWARS Parachute Release Cartridges, with a sole source designation to Mission Systems Davenport Inc. This procurement involves the supply and delivery of specialized explosive manufacturing items essential for military operations, particularly for aircrew recovery procedures. Proposals must adhere to stringent specifications and compliance requirements, including packaging, marking, and documentation standards, with a submission deadline set for July 24, 2025. Interested parties can direct inquiries and proposals to Jaide Sarchenko at jaide.sarchenko@us.af.mil or Jason Lema at jason.lema@us.af.mil.
    Explosive Disrupter system, electric breech and rework electric breech
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from qualified small businesses for the procurement of four new TiTAN Disrupter Systems and four new Electric Breeches, along with three reworked Electric Breeches, intended for the Defender ROV platform to neutralize underwater mines. This acquisition is critical for meeting the test and evaluation requirements set by PMS 408, with a delivery deadline of July 31, 2025, to ensure operational readiness for the Fleet. Interested vendors must submit their quotes by July 3, 2025, with a maximum bid of $250,000, and are required to request technical drawings and ITAR certification prior to proposal submission. For further inquiries, vendors can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
    LHD Midlife
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Blanket Order Agreement to Woodward Inc. for non-recurring engineering services related to the LHD 1 Class Midlife Electric Plant Control System. The procurement involves the development of a comprehensive software suite, including Graphical Application Program (GAP) Software, Human Machine Interface (HMI) Software, and Model and Simulation development, which are critical for lab-based testing and software validation prior to shipboard installation and commissioning. This initiative is vital for ensuring the operational readiness and efficiency of naval vessels, with the procurement being conducted under the authority of 10 U.S.C. 3204(a)(1), allowing for negotiation with a single source. Interested parties may express their interest and capability by contacting Karen G. Johnson at karen.g.johnson17.civ@us.navy.mil, with the applicable NAICS code being 541330 and a size standard of $25,500,000.
    SOLE SOURCE - Engineering Services for Microwave Devices with Goals to Increase Reliability, Improve Performance and Reduce Acquisition Costs
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure engineering services for the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The objective of this procurement is to enhance the reliability, performance, and cost-effectiveness of these microwave devices through various services, including product improvement programs, failure analysis, and design enhancements. This sole-source contract, valued at $500,000, is planned for a two-year period and will be awarded to Microwave Power Products Inc., the only source capable of fulfilling these requirements. Interested parties may submit capability statements by the closing date of July 14, 2024, with the anticipated award date set for September 30, 2025. For further inquiries, contact Ms. Heather Krout at heather.m.krout.civ@us.navy.mil.
    PTC Creo FY25 - FY26 (RENEWAL)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the renewal of PTC Creo software to Immix Technology, Inc. This procurement is based on the determination that Immix Technology is the only known source capable of fulfilling the government's requirements for this specialized software, which is essential for application development in IT and telecom sectors. The contract will be a firm fixed price for a period of one year following the contract date, with responses to this notice due by 4:00 p.m. EST on July 11, 2025. Interested vendors must demonstrate their capability to meet the requirements and are encouraged to contact Tammy Kershner at tammy.r.kershner.civ@us.navy.mil for further information.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure repair services for a specific circuit card assembly, identified by NSN 7H-5998-015087763, from Triman Industries Inc. The procurement involves the repair of four units of the circuit card assembly, which is critical for maintaining operational capabilities, and is being solicited on a sole source basis due to Triman Industries being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties are encouraged to submit their capabilities and qualifications to the primary contact, Jessica M. Gershenfeld, via email at jessica.m.gershenfeld.civ@us.navy.mil, with the solicitation expected to be issued on July 3, 2025, and proposals due by August 3, 2025.
    Close In Weapon Systems Waterfront Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking contractor support for the installation and maintenance of Close-In Weapon Systems (CIWS) and related systems. The procurement aims to establish an Alteration Installation Team (AIT) to perform various ship alterations, system repairs, and support for self-defense systems utilized by U.S. Navy, U.S. Coast Guard, and U.S. Army facilities, as well as authorized Foreign Military Sales customers. Interested parties are required to submit a company brochure, contact information, and business details by July 16, 2025, to either Ivy Sasaki or James Funk at the NSWC IHD Detachment Picatinny. This opportunity is classified under NAICS code 541990 and PSC code J010, with no obligation for the government to award a contract based on this sources sought notice.
    Harness Release Carts and Gyro Spin-Up Gas GENERATORS FOR USAF
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Harness Release Carts and Gyro Spin-Up Gas Generators, critical components for aircraft egress systems. The procurement aims to secure reliable suppliers for Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are essential for ensuring the safety and operational readiness of military personnel during ejection scenarios. Interested offerors must demonstrate a robust technical approach, relevant experience, and the ability to meet stringent delivery timelines, with proposals due by July 26, 2024, at 5:00 PM. For further inquiries, potential bidders can contact Shasta Selwood at shasta.selwood@us.af.mil or Sharon Davis at sharon.davis.16@us.af.mil.