AN/SLQ-25E “NIXIE” Follow-on Contract - RFI/Presolicitation Notice
ID: N0025325R7004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center, is seeking responses for the AN/SLQ-25E “NIXIE” Follow-on Contract, as indicated in a presolicitation notice. This opportunity involves engineering services for the AN/SLQ-25E hardware units, which are critical for electronic countermeasures and operational security in naval operations. Interested vendors must adhere to stringent security protocols, including obtaining a Secret security clearance and complying with the Terms of Use Agreement for government-furnished information, which includes essential documents for the project. For further inquiries, vendors can contact Stacy Noble at stacy.e.noble.civ@us.navy.mil or Ronda Pelosi at ronda.m.pelosi.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Undersea Warfare Center (NUWC) Division Keyport issued a Terms of Use Agreement pertaining to Request for Information (RFI) N0025325R7004. This agreement outlines the conditions under which prospective vendors can utilize government-furnished information (GFI) provided for the AN/SLQ-25E system. Included in the GFI package are critical documents such as draft contracts, integrated logistics support plans, systems engineering documents, and hardware configuration item drawings. Vendors may print up to ten copies of these documents, which must be managed according to federal security protocols. Specific restrictions on the sharing and handling of the information are highlighted, particularly concerning export controls and disclosure to foreign entities. Acceptance of these terms must be confirmed by each vendor's Facility Security Officer and returned by the specified deadline. This structured communication ensures that all parties comply with regulations while facilitating the RFI process for the AN/SLQ-25E project, demonstrating the government's emphasis on security and appropriate use of sensitive information.
    This document outlines the classification and security requirements associated with a Department of Defense (DoD) contract, specified in the DD Form 254. The contract pertains to engineering services for AN/SLQ-25E hardware units, necessitating a Secret security clearance for contractors. It emphasizes the safeguarding of classified information, communication security, and operational security standards to protect sensitive data. Contractors must comply with various security protocols, including access to classified materials, adherence to the National Industrial Security Program, and requirements for the destruction of sensitive documents. The contractor is also responsible for training personnel in derivative classification and must follow specific guidance concerning foreign government information. The document includes contact information for security representatives and outlines required notifications for sharing sensitive information. Overall, it serves as a guideline to ensure the protection of classified information throughout the contract's execution, reflecting the stringent requirements typical of government RFPs and federal grants regarding national security and information safeguarding.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking contractors for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration project. This presolicitation opportunity focuses on engineering services related to electronic countermeasures, which are critical for enhancing naval warfare capabilities. The work will take place in Washington, D.C., and is essential for maintaining the operational readiness and effectiveness of naval forces. Interested parties can reach out to Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil for further information.
    NICELE
    Buyer not available
    The Department of Defense, specifically the Office of Naval Research, is seeking proposals for the Neutralization In Challenging Environments Using Lethal Effects (NICELE) project. This initiative aims to develop innovative payloads that will enable Explosive Mine Countermeasures (ExMCM) forces to effectively neutralize underwater mines and water-borne improvised explosive devices (WBIEDs) using divers or remotely operated vehicles (ROVs). The technologies developed under this contract are expected to transition into the existing Explosive Ordnance Disposal (EOD) Maritime Expeditionary Standoff Response (MESR) program, which is critical for addressing threats in marine environments. Interested parties can reach out to John Lewers at john.d.lewers.civ@us.navy.mil for further details regarding the solicitation.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking potential sources for the production of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This Sources Sought notice aims to identify businesses capable of fabricating, assembling, testing, and delivering the LwLCCA, which is a passive planar array designed to enhance situational awareness and collision avoidance for submarines operating in high-density environments. Interested companies must demonstrate their technical capabilities and past performance related to similar projects, with submissions due by March 27 at 11:59 EDT to the designated contacts, Matthew Nalls and Zachary Cooper, via their provided email addresses. Access to the Draft LwLCCA Performance Specification is contingent upon signing a Terms of Use Agreement, emphasizing the importance of safeguarding sensitive information in compliance with federal regulations.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 2
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit proposals for the full-rate production, design agent engineering, and integration of the SEWIP AN/SLQ-32(V) system. This procurement aims to enhance electronic warfare capabilities by providing advanced electronic countermeasures and counter-countermeasures equipment, which are critical for naval operations. The place of performance for this contract will be in Washington, District of Columbia, and interested parties can reach out to Alexander Gosnell or Matthew Brimmer via their respective emails for further information. The presolicitation notice indicates that the contract will be awarded in accordance with the NAICS code 541512, focusing on Computer Systems Design Services.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit proposals for the full-rate production, design agent engineering, and integration of the SEWIP AN/SLQ-32(V) system. This procurement aims to enhance the capabilities of the SEWIP system, which is critical for electronic warfare and naval operations, particularly in search, detection, navigation, and guidance applications. The work will be performed at the Washington Navy Yard in the District of Columbia, with the primary contact for inquiries being Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil. Interested parties should stay alert for further announcements regarding the solicitation timeline and requirements.
    1355 - 01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 and 7 TORPEDOES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 500 units of the Cable Assembly for the ADCAP F/MK48 Mods 6 and 7 torpedoes. This presolicitation opportunity is set aside for small businesses and involves the delivery of items that require first article testing, production lot testing, and compliance with contractor data requirements, with specific terms for FOB origin and destination. The goods are critical components in naval operations, underscoring their importance in maintaining the effectiveness of torpedo systems. Interested vendors should contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further details, as technical data will be available on SAM.gov, and proposals must be submitted within 15 days of this notice.
    EMERGENT AND SPECIAL SECURITY SOLUTIONS
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Atlantic, is seeking proposals for emergent and special security solutions. This procurement aims to acquire advanced security detection systems, specifically categorized under the NAICS code 334290, which encompasses other communications equipment manufacturing. The goods and services sought are critical for enhancing security measures within defense operations. Interested vendors should reach out to Contract Specialist Candia Lee at candia.m.lee.civ@us.navy.mil or call 843-218-2327 for further details regarding the presolicitation notice.
    N0002425R6234 MMM Payload Sensor
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the N0002425R6234 MMM Payload Sensor contract. This procurement aims to acquire advanced electronic countermeasures and related systems, falling under the NAICS code 334511, which encompasses manufacturing for search, detection, navigation, guidance, and aeronautical systems. The goods and services sought are critical for enhancing military capabilities in electronic warfare and situational awareness. Interested offerors can reach out to Ashley Thompson at ashley.p.thompson4.civ@us.navy.mil or Patrick Dooley at patrick.s.dooley3.civ@us.navy.mil for further inquiries, and they should note that the government will be uploading the missing Contract Data Requirements List (CDRL) to facilitate the bidding process.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    SYNCHRO MEASURE MOD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the SYNCHRO MEASURE MOD, which involves the manufacture and quality assurance of specific electronic countermeasure equipment. This procurement is critical for national defense and requires compliance with stringent quality and security standards, including a valid U.S. security clearance of CONFIDENTIAL or higher for all offerors. The contract will follow the Defense Priorities and Allocations System regulations, and all items must be free from mercury contamination due to their intended use on submarines and surface ships. Interested parties should contact Alison Bruker at 717-605-6447 or via email at ALISON.BRUKER@NAVY.MIL for further details and to ensure compliance with all requirements outlined in the solicitation.