Systems Engineering
ID: 25C0022Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is planning to award a sole source bridge contract to Science Applications International Corporation (SAIC) for systems engineering services. This contract aims to ensure the continuation of essential engineering and technical support to the Systems Engineering Department, with a performance period from May 1, 2025, to October 31, 2025, including options for additional time. The contract is critical to avoid unacceptable delays in fulfilling agency requirements, as stipulated under 10 U.S.C. § 2304(c)(1) and FAR 6.302-1. Interested parties may submit their technical capabilities and expressions of interest to the primary contact, Catherine V Rippeon, at catherine.v.rippeon.civ@us.navy.mil, or the secondary contact, Sotanya Rushing, at sotanya.t.rushing.civ@us.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Systems Engineering
Currently viewing
Presolicitation
Similar Opportunities
Systems Engineering Sustainment
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, intends to award a sole source bridge contract to Avian-Precise Company, LLC for systems engineering sustainment services. This contract aims to ensure the continuation of engineering and technical support to the Systems Engineering Department, with a performance period from May 1, 2025, to October 31, 2025, including options for additional months. The procurement is critical to avoid unacceptable delays in fulfilling agency requirements, as stipulated under 10 U.S.C. § 2304(c)(1) and FAR 6.302-1. Interested parties may submit their technical capabilities and expressions of interest to the primary contact, Catherine V Rippeon, at catherine.v.rippeon.civ@us.navy.mil, or the secondary contact, Sotanya Rushing, at sotanya.t.rushing.civ@us.navy.mil.
Notice of Intent - Sole Source - NMCI Support (BRIDGE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a Sole Source contract to the Advanced Alliant Solution Team (AAST) for continued operational support of NMCI deskside support and standardized hardware and software services. This procurement aims to bridge the gap in contract support for the Naval Air Systems Command (NAVAIR) Program Management Aviation (PMAs) and NAWCAD Groups until a competitive follow-on contract is awarded. The contract period is anticipated to run from May 1, 2025, to October 31, 2025, with the primary place of performance located at Patuxent River, Maryland. Interested parties may direct inquiries to Brandon Reaser at brandon.p.reaser.civ@us.navy.mil or Ashley Graves at ashley.d.graves4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Web Based Single-Access to Critical Engineering Standards and Technical References, known as Engineering Workbench ™
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Accuris, Allium US Holding LLC for the provision of a web-based platform known as Engineering Workbench™, which offers single-access to critical engineering standards and technical references. This procurement is essential for both military and commercial applications, as it ensures that the NAWCAD has access to the necessary engineering resources to support its operations. The Government will consider responses to this presolicitation notice within fifteen days of publication, although it is not a request for competitive proposals. Interested parties must be registered in the System for Award Management (SAM) to be considered, and inquiries can be directed to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
SOLE SOURCE –DATA ACQUISITION SYSTEM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a National Instruments Data Acquisition System under a sole source contract. This procurement is essential for the Navy's operational capabilities, as the system is critical for measuring and testing electrical signals. The solicitation, identified by number N0016425Q0577, has a closing date of April 19, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers to Angela Westfall at angela.d.westfall.civ@us.navy.mil. Contractors are reminded to register in the System for Award Management (SAM) and to monitor the Contract Opportunities website for any amendments to the solicitation.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
Notice of Intent to Sole Source to Enterprise Management Solutions (EMS)
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Enterprise Management Solutions (EMS) for the renewal and support of Prephix software subscriptions. This procurement aims to secure a user subscription license for Prephix updates and new features, along with one year of help desk support, which includes up to 40 hours of customer assistance. The contract is crucial for maintaining the operational capabilities of the software used by the Navy, ensuring continued access to essential updates and support services. Interested vendors must respond to this notice by 5:00 PM EST on April 16, 2025, and must be registered in the System for Award Management (SAM) to participate in the procurement process. For further inquiries, contact Jessica B. Lawless at jessica.b.lawless.civ@us.navy.mil or by phone at 843-218-4520.