BOSS SUPPORT
ID: N0016425Q0803Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for BOSS software support under solicitation number N0016425Q0803. This procurement aims to secure services related to the BOSS Product Support Gold, with a contract duration extending from September 2025 to September 2030, specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The selected contractor will be responsible for providing essential software support services, with performance expected at NSWC Crane in Indiana. Interested vendors must submit their capability statements by 15 August 2025 at 12:00 AM EST, and all proposals should be directed to Joshua Tester via email at joshua.e.tester.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N0016425Q0803, is a Request for Proposal (RFP) for 'BOSS Product Support Gold' with several option years, extending service from September 2025 to September 2030. It is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a NAICS code of 541512. The document details contract terms, conditions, and requirements, including invoicing procedures via Wide Area WorkFlow (WAWF) and specific instructions for commercial supplier agreements. It also outlines delivery and performance locations at NSWC Crane, Indiana, along with points of contact for contract administration, and incorporates various FAR and DFARS clauses related to ethical conduct, labor standards, and supply chain security.
    Lifecycle
    Title
    Type
    BOSS SUPPORT
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – SOFTWARE LICENSES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    MOBILITY PROTOTYPING
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for a multi-award contract focused on the design, engineering, fabrication, and testing of prototype components and systems for various military vehicles and mobility platforms. The procurement aims to enhance operational capabilities through four specific technology areas: Powertrain Performance Prototyping, Advanced Chassis, Body and Mobility Handling Prototyping, and Mobility Testing Services, with an emphasis on rapid research and implementation of new technologies. This initiative is critical for improving the safety, reliability, and performance of military systems, with a total contract value not expected to exceed $25 million. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the anticipated solicitation closing date of April 14, 2026; inquiries can be directed to Ashley Bechtel at ashley.n.bechtel2.civ@us.navy.mil.
    Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.
    N0016425SC001 CSO
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    SOLE SOURCE – ANSYS SOFTWARE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Buyer not available
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) seeking innovative research proposals to enhance national security across various technical capabilities. The BAA invites submissions related to ten key areas, including Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of fostering revolutionary ideas and technology demonstrators that align with NSWC Crane's mission. Proposals can be submitted on a rolling basis until February 1, 2027, with multiple awards anticipated, funded through contracts, grants, cooperative agreements, or other transaction agreements. Interested parties can contact Scotland McKinzie at scotland.mckinzie@navy.mil or Michael Sprinkle at michael.s.sprinkle3.civ@us.navy.mil for further information.
    IT- Business Application Software
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for IT Business Application Software. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate the procurement process by allowing multiple vendors to provide supplies and services on an as-needed basis, with individual orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.