FY25-FY28 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support
ID: N0003024C0100Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC SYSTEMS PROGRAMSWASHINGTON NAVY YARD, DC, 20374-5127, USA

NAICS

Engineering Services (541330)

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs office, intends to award an Engineering Services contract to Lockheed Martin Space for the Production and Deployed System Support (P&DSS) related to the W93/Mk7 Reentry Systems Technology Development and TRIDENT II D5LE2 Support for fiscal years 2025 to 2028. This contract encompasses a range of services including production support, engineering and operational assistance, technical support, and special studies, specifically focusing on the design, development, and production of the W93/Mk7 Aeroshell, as well as support for flight and ground test execution. The work is critical for ensuring the reliability and longevity of the Strategic Weapon System, with performance extending through September 30, 2031. Interested parties may express their interest and capabilities to the primary contact, Alexander Miller, at Alexander.Miller@ssp.navy.mil or by phone at 703-258-2192, although this notice is not a request for competitive proposals and the government is under no obligation to award a contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking potential vendors for capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, MA. This initiative aims to support the Trident II Strategic Weapons System Fire Control System program, focusing on significant upgrades to electrical systems, HVAC infrastructure, and security enhancements, including the replacement of aging equipment and the establishment of a new Engineering Test System lab. The government encourages participation from small businesses and requires interested firms to submit detailed capability statements demonstrating relevant experience, particularly for projects valued at $20 million or more completed within the last four years, by the deadline of October 8, 2024. For further inquiries, interested parties may contact Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193.
    FMS REPAIR OF TSS TURRET ASSY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the TSS Turret Assembly from Lockheed Martin Corporation. This procurement is critical as the TSS Turret Assembly, identified by part number 797239360-019, is essential for aircraft gunnery fire control, and Lockheed Martin is the Original Equipment Manufacturer (OEM) with exclusive rights to provide the necessary repair support. Interested parties have 15 days to express their interest and capability to meet the requirements, with a final deadline for proposals set at 45 days from the notice publication. For further inquiries, Alyssa Thieu can be contacted via email at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    SM-2/SM-6 Rocket Motor Production
    Active
    Dept Of Defense
    The U.S. Navy is conducting market research to identify potential contractors for the production of Standard Missile Rocket Motors. This Request for Information (RFI) relates to the SM-2/SM-6 program, which is the Navy's primary fleet defense weapon system, providing over-the-horizon capabilities. The Navy seeks information on rocket motor and booster production capabilities that could be used for full-rate production or to supplement existing SM-2/SM-6 production. Affordability and the technical readiness of a production effort for acquisition in the FY26-FY27 timeframe are key focuses. Responses should demonstrate an understanding of the requirements and include details on the respondent's production capability/technology/solutions, projected cost drivers, relevant technology risks, and development timelines. All interested parties, including small businesses, are invited to submit information. The Navy emphasizes that this RFI is for planning purposes only and does not constitute a solicitation or obligation for a contract. Responses are requested by October 1, 2024, and should be emailed to the contacts provided in the notice. For more information, potential respondents can contact Bradley Wood or Brian Kimm, whose details are provided in the notice.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
    Active
    Dept Of Defense
    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 supplies/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 upgrade support, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique capabilities as the designer and manufacturer of the TSS. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order valued at $3.5 million, and proposals must be submitted by October 10, 2024, with the contract award expected by 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.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    MH-60R Digital Magnetic Anomaly Detection (DMAD) Program Trouble Report (PTR) Corrections in Software Configuration 28 (SC28)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Cost Plus Fixed Fee Delivery Order to Lockheed Martin Rotary and Mission Systems for the correction of Program Trouble Reports (PTRs) related to the Digital Magnetic Anomaly Detection (DMAD) system in System Configuration 28 (SC28). This procurement aims to address non-recurring tasks including program management, systems and software engineering, integration and testing, as well as logistics support necessary for both the United States Navy and Royal Australian Navy aircraft. The contract is crucial for ensuring the operational effectiveness of the DMAD system, which plays a significant role in maritime operations. The planned period of performance for this effort is from June 2025 through June 2029, and interested parties may submit capability statements to the primary contact, Sydney Guy, at sydney.m.guy.civ@us.navy.mil, by the close of the synopsis for consideration.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.