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
    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
    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.
    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.
    Similar Opportunities
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    AEGIS Fielding and Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    61--CONTROL PANEL ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Control Panel Assembly (CAGE Code: 51435, Reference No: 545D1007-1). This procurement is critical for the operation of submarines and surface ships, emphasizing the need for high-quality electrical control equipment that meets stringent military specifications. The contract includes specific requirements regarding inspection, quality assurance, and packaging, with a focus on ensuring that all materials are free from mercury contamination. Interested vendors must submit their proposals by the revised closing date of January 20, 2026, and can direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805.