Technical Services for Control Systems (Lockheed Martin) - N64498-25-RFPREQ-PD-50-0003
ID: N64498-25-RFPREQ-PD-50-0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 4:00 PM UTC
Description

The Department of the Navy, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking technical services for control systems related to the DDG-51, Freedom variant, and LHA-8AF under a Request for Information (RFI). The procurement aims to gather market insights for design agent engineering and technical services, including software support, engineering design, logistics, and troubleshooting, with a focus on lifecycle engineering for Hull, Mechanical, and Engineering (HM&E) Control Systems. This initiative is critical for sustaining Navy vessels and enhancing operational effectiveness, as it emphasizes collaboration with contractors to provide expert technical support. Interested parties must submit their capabilities in response to the RFI by April 22, 2025, and can contact William Devito at william.j.devito8.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil for further information.

Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The Statement of Work (SOW) outlines the requirements for Control Systems Technical Support Services at the Naval Surface Warfare Center Philadelphia Division (NSWCPD). The contract seeks Subject Matter Experts to provide lifecycle engineering for Hull, Mechanical, and Engineering (HM&E) Control Systems for the Arleigh Burke Destroyer, LCS Freedom variant, and America Class Amphibious Assault platforms. The contract does not establish an employer-employee relationship, emphasizing non-personal services. It details the scope of work, including engineering design, integration, testing, and obsolescence support. Specific tasks are broken down into labor and material requirements over five years for the DDG-51, Freedom Variant, and America Class platforms. Compliance with various ISO standards and detailed project management, risk management, and configuration management plans are mandated. The contractor is required to provide comprehensive documentation and maintain strict adherence to regulatory guidelines and quality assurance standards. This SOW reflects the government's commitment to sustaining Navy vessels and enhancing operational effectiveness through collaborative contractor engagements and expert technical support.
Apr 8, 2025, 6:05 PM UTC
The Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD), has issued a Request for Information (RFI) to gather market insights regarding design agent engineering and technical services for the management, development, and support of systems related to the DDG-51, Freedom variant, and LHA-8AF. The RFI specifies the requisite services, including engineering support, logistics, configuration management, software support, and troubleshooting. It is noted that Lockheed Martin is the only responsible source meeting the government’s requirements under a sole-source procurement strategy. Interested parties are invited to submit electronic responses detailing their capabilities aligned with the DRAFT Statement of Work (SOW) provided. The submission must not exceed five pages and must include specific company information and points of contact. Although this RFI facilitates market research, it does not constitute a formal request for proposals or signify any procurement commitment. The government will not compensate participants for responses, which will become government property upon submission. All responses must be unclassified and are due by April 22, 2025.
Lifecycle
Title
Type
Similar Opportunities
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
61--LOCAL CONTROL UNIT, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of Local Control Units through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide comprehensive repair services, including teardown and evaluation of the units, with a specified turnaround time of 301 days for completion. These Local Control Units are critical components used in various military applications, necessitating adherence to strict quality and inspection standards. Interested vendors must submit their proposals by May 19, 2025, and can direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805.
Monobloc Propeller Procurement
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking competitive bids for the procurement of U.S. Navy Propellers and Caps, specifically for ship classes including CVN, DDG, LHD, and LCC. This procurement aims to ensure the readiness and sustainability of U.S. naval capabilities by sourcing reliable parts, with specific annual quantities outlined for models such as CVN-77 and DDG-1000. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type, featuring a one-year base period and four option years, and will be awarded on an unrestricted basis, adhering to federal acquisition regulations. Interested parties can reach out to Nicole DiBartolomeo at nicole.m.dibartolomeo2.civ@us.navy.mil or Heather Rhoads at heather.l.rhoads2.civ@us.navy.mil for further information, noting that a Sources Sought notice was issued on SAM.gov with responses due by December 6, 2024.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
Siemens RUGGEDCOM Equipment – NSWCPD, Division 54 (Code 543)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for Siemens RUGGEDCOM equipment as part of its Hull, Mechanical, and Electrical (HM&E) and Navigation network infrastructures for various ship classes. The procurement aims to acquire Commercial Off-The-Shelf (COTS) industrial-grade networking hardware and components, which are critical for ongoing modernization and new ship acquisition programs. The equipment, detailed in the accompanying materials listing, includes essential components such as line modules, control modules, and power supplies designed for high-speed data transmission and environmental resilience in harsh conditions. Interested vendors must submit capability statements by 1600 EST on April 29, 2025, to Dana Maconi at dana.l.maconi.civ@us.navy.mil, with a copy to Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, ensuring to include the specified information and adhere to submission guidelines.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.