Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
ID: N00039-25-R-2008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL INFORMATION WARFARE SYSTEMSSAN DIEGO, CA, 92110-3127, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
    Description

    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.

    Point(s) of Contact
    Jennifer V De VeraContract Specialist
    (858) 537-0675
    jennifer.v.devera.civ@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    Data Cables
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC Dahlgren), is seeking proposals for the procurement of Data Cables, specifically the D1 EOD Receiver Data Cables (Manufacturer's Part Number: CBL-DATA-2005) from Persistent Systems LLC. This requirement is critical as the cables are currently in use, and introducing alternatives would necessitate extensive redesign and testing, potentially delaying operations by over a year. The contract will be awarded on a sole source basis, with a firm fixed-price arrangement for 50 units, and proposals are due by December 23, 2025, with an anticipated award date of January 23, 2026. Interested parties should contact Karen Major at karen.l.major7.civ@us.navy.mil or call 540-742-8863 for further details.
    70--DVD,CER LAPTOP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a DVD, CER laptop, under a presolicitation notice. The procurement involves a sole source requirement for a specific item identified by NSN 1H-7030-016996214, with a quantity of one unit to be delivered to DLA Distribution Norfolk, VA. This item is critical for Navy operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered, necessitating certification as a Depot Overhaul Point (DOP) for potential suppliers. Interested parties must submit a Source Approval Request (SAR) to the contracting officer, Alison N. Bruker, via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source based on the responses received.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.
    CDL DIRECTIONAL ANT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of CDL Directional Antennas. The contract requires suppliers to provide antennas that meet specific quality and inspection standards, with a focus on ensuring government source approval prior to award. These antennas are critical for various military applications, supporting communication and operational capabilities. Interested vendors must submit their proposals via email to Taylor C. Kilkenny at TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL by the specified due date, ensuring compliance with the source approval requirements outlined in the NAVSUP WSS Source Approval Brochure.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.