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
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    Notice of Intent to Award a Sole Source Contract to Collins Aerospace for Production of SubHDR Block VI
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems, intends to award a sole source contract to Collins Aerospace for the production of the SubHDR Block VI. This procurement aims to secure advanced communications equipment, classified under the NAICS code 334290, which is critical for enhancing naval operations and capabilities. The goods and services sought are vital for maintaining and improving the technological edge of the Navy's communication systems. Interested parties can reach out to Contract Specialist Michael W. Ferlo at michael.w.ferlo.civ@us.navy.mil or by phone at 619-857-9996 for further information regarding this opportunity.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    IDA CABLE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 217 units of the IDA Cable Assembly for the E2-D Aircraft, identified by NSN 1680-015765577 and Part Number H365968-2. This solicitation is classified as a definite quantity contract and is subject to configuration control, critical application, and source control requirements, emphasizing the importance of these components in military operations. Interested vendors must submit their proposals in writing by fax and are required to complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System starting March 27, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    CDL DIRECTIONAL ANT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of CDL Directional Antennas. This opportunity involves the manufacturing and supply of antennas, waveguides, and related equipment, which are critical for various military communication systems. The selected contractor will be responsible for delivering high-quality products that meet stringent military specifications, ensuring reliable communication capabilities. Interested vendors can reach out to Taylor C. Kilkenny at 215-697-3606 or via email at TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.