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
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 aims to fulfill the unique requirements of both military and commercial applications, with Accuris being the only distributor capable of delivering the necessary solution. Interested parties are encouraged to respond within fifteen days of this notice, although the government does not intend to open the requirement to competitive proposals. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or by phone at 732-323-4643.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
SUPPORT SERVICES FOR ENGINEERING, ANALYSIS, PROGRAM SUPPORT, WEAPONS SURETY, POLICY, AND COMPLIANCE
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking capable contractors to provide support services for engineering, analysis, program management, weapons surety, policy, and compliance related to strategic weapon systems. The procurement aims to identify firms with expertise in nuclear weapons security, systems engineering, and program management, particularly in complex military projects, with a focus on delivering technical and administrative support across various locations. This initiative is critical for maintaining the effectiveness and security of U.S. nuclear deterrent capabilities, with a contract performance period anticipated from December 21, 2025, to December 20, 2030. Interested parties must submit detailed capability statements by May 2, 2025, to Righthero.Phillips@ssp.navy.mil, and are encouraged to demonstrate relevant past performance and qualifications.
Sole Source Requirement with vCloud Tech for the FY25 GlobalScape Maintenance Renewal
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking a sole source procurement for the maintenance renewal of GlobalScape Software for fiscal year 2025. This acquisition is critical for supporting both classified and unclassified telemetry systems within the Atlantic Test Range's Data Lab, ensuring compliance with cybersecurity regulations and facilitating large file transfers for the NAVAIR Flight Test Community. The contract, which includes the renewal of various EFT modules and DMZ gateways, is set to run from July 1, 2025, to June 30, 2026, with a firm-fixed price structure. Interested vendors must submit their quotes, including completed provisions and relevant documentation, to Shannon Canada at shannon.m.canada.civ@us.navy.mil, as the government will not pay for any information received.
Notice of Intent to Award Sole Source - USAF T53 Engine Component Improvement Program Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for the USAF T53 Engine Component Improvement Program Support. This procurement aims to provide critical sustaining engineering services for the T53 turboshaft engine, which powers the TH-1H Iroquois training helicopters, ensuring flight safety, operational readiness, and cost-effectiveness throughout the engine's service life. The contract will encompass a range of activities including research, development, testing, and engineering support, necessitating specialized knowledge in helicopter engine operations and military airworthiness requirements. Interested organizations must submit tailored capability statements demonstrating their qualifications, with responses directed to MaryAnn Greene at maryann.greene@us.af.mil by the specified deadline.
NSWCCD Intent to Sole Source The Mathworks Inc. Software Licenses
Buyer not available
The Naval Sea Systems Command Surface Warfare Center Carderock (NSWCCD) intends to award a sole source contract to The Mathworks, Inc. for software licenses, as outlined in their notice of intent. This procurement is justified under the statutory authority of 41 U.S.C. 1903, which allows for a sole source award when only one responsible source can meet the agency's requirements. The software licenses are critical for the agency's operations, ensuring that they have access to the necessary tools for their projects. For further inquiries, interested parties can contact David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929. This notice is not a request for proposals or quotations, and the decision to not compete this action rests solely with the Government.
XA Sunset SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the renewal of a 12-month subscription for XA Sunset Software, specifically for maintenance and licensing services. The procurement includes a maintenance contract for 200 distribution licenses and a development license, both critical for operational continuity across land, sea, and training facilities, with an estimated response obligation date of 6 March 2026 following the receipt of the order. This software is essential for compliance with Navy mandates and ensuring the functionality of existing systems, making timely execution vital for mission success. Interested vendors must submit their quotations by 1 May 2025, with an anticipated award date by 2 June 2025; inquiries can be directed to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
North Atlantic Industries Sensor interface Unit
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.