TOES Subscription Renewal
ID: N6893625Q0016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a renewal of the TOES Subscription, with a quantity of two, on a sole-source basis from L3Harris Technologies, Inc. This procurement is essential as the subscriptions are for software already integrated into the Navy's systems, ensuring continuity and reliability in operations. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of this notice. All responding entities must be registered in the System for Award Management (SAM) database to be eligible for consideration.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    TOES Subscription Renewal
    Currently viewing
    Presolicitation
    Similar Opportunities
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    58--TOWED ARRAY SUBASSE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking bids for the procurement of three units of Towed Array Subassemblies, identified by NSN 1H-5845-014169396. The contract is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and involves the delivery of these underwater sound equipment components to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. These subassemblies are critical for naval operations, enhancing the capabilities of underwater sound detection systems. Interested vendors should contact Tammy Little at NAVSUP Weapon Systems Support via email at TAMMY.LITTLE@NAVY.MIL or by phone at (717) 605-4056 for further details.
    Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source Firm-Fixed-Price contract to One Network Enterprises Incorporated (ONE Inc.) for the licensing and support of the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This procurement aims to secure annual software licenses for the Ordnance Information System – Marine Corps (OIS–MC), which is crucial for maintaining munitions accountability and compliance with Department of the Navy standards. The contractor will provide a comprehensive software suite that includes various modules for production, development, and training, along with participation in bi-annual Change Advisory Board meetings to ensure adherence to federal guidelines. Interested parties can contact Brian Staub at BRIAN.A.STAUB2.CIV@US.NAVY.MIL or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil for further details, with proposals due by the specified closing date in the solicitation posting.
    58--COMPACT TERMINAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Compact Terminal (NSN 7H-5895-LLH0C1954) under a presolicitation notice. The procurement is set aside for small businesses, and the selected contractor must comply with specific quality assurance standards, including MIL-I-45208A, as verified by a joint DCMA/NAVSUP WSS survey team. This equipment is critical for the USS Roosevelt (DDG 80) and is not available from other sources due to the government's lack of ownership of the necessary data for repair or alternative sourcing. Interested parties should contact Alexander Bonner at (717) 605-6458 or via email at ALEXANDER.BONNER@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command San Diego, intends to award a sole-source procurement contract to NAVICO Group for warranty services related to various SIMRAD Radar systems. This contract will encompass extended warranty parts for models such as the R3016 HALO, GPS antennas, and compasses, classified under Engineering Services (NAICS 541330). The urgency of this procurement arises from the need to maintain operational capabilities of naval surface ships until the introduction of the Next Generation Surface Search Radar (NGSSR), with an estimated total cost of $176,276. Interested contractors must submit capability statements via email within three days of the notice issuance and ensure registration in the DoD System for Award Management (SAM) and compliance with Wide Area Workflow (WAWF) for invoice processing. For further inquiries, contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or call 619-556-6436.
    E-2 Advanced Hawkeye PSE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to solicit a firm-fixed price contract on a sole source basis with Northrop Grumman Defense Systems Sector for the procurement of Peculiar Support Equipment (PSE) in support of the E-2D Advanced Hawkeye program. The required items include various specialized tools and equipment such as landing gear trunnions, compressors, and network analyzers, which are critical for the maintenance and operational readiness of the E-2D aircraft. This procurement is essential for ensuring the effective functioning of the E-2D Advanced Hawkeye, a vital asset for naval surveillance and reconnaissance missions. Interested parties may submit responses within fifteen days of the notice publication, and inquiries can be directed to Melanie Simon at melanie.k.simon.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is based on a sole-source justification under FAR 6.302-1, as the government does not own the data or rights necessary to purchase or contract repair from alternative sources, making reverse engineering uneconomical. This component is critical for maintaining operational capabilities within the Navy's electronic systems. Interested parties are encouraged to express their interest and capabilities within 45 days of this notice, with all inquiries directed to Troy L. Cobaugh at (717) 605-1514 or via email at troy.cobaugh@navy.mil.
    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.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.