FY25 SBIR Phase III AN/SQQ-89 Tactical Sonar Data Fusion
ID: N0002424R5212Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is planning to issue a sole source Request for Proposal (RFP) for the continued development and enhancement of the AN/SQQ-89 Tactical Sonar Data Fusion system, specifically targeting the Undersea Warfare Decision Support Systems (USW DSS) capabilities. This contract aims to significantly improve the effectiveness of current USW Command and Control (C2) systems and their integration with combat systems, which are critical for naval operations. The anticipated contract award is expected in the first quarter of FY25, with a performance period consisting of a base year and four option years. Interested parties may submit capability statements or proposals for consideration, but the decision to compete the contract remains at the discretion of the Government. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to enter into sole-source negotiations with Kongsberg Defence & Aerospace AS for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control System and Weapon Control System subsystems. This procurement arises from the U.S. Government's lack of technical data rights necessary for competitive bidding, as outlined in the Federal Acquisition Regulation, making Kongsberg the only responsible source capable of fulfilling the requirements. The contract is expected to be awarded in the second quarter of fiscal year 2025, with a performance period from February 2025 through March 2027. Interested parties may submit capability statements within 15 calendar days of this notice, and all communications should be directed to Tessanna H. Curtis at tessanna.curtis@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.mil.
    User Experience/User Interface (UX/UI) Design and Engineering
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for User Experience/User Interface (UX/UI) design and engineering services aimed at enhancing Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. The procurement will focus on applying UX/UI methodologies to both software and hardware throughout the lifecycle of the products, ensuring that human factors are systematically integrated into the design process. This opportunity is significant as it addresses critical user interactions and usability standards necessary for effective military operations. The anticipated contract will be a single award indefinite delivery, indefinite quantity (IDIQ) contract with a five-year ordering period, and it is set to be released around mid to late September 2024. Interested parties can direct inquiries to Contract Specialist Magda V. Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    58--CONTROL,SIGNAL PROC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control and signal processing equipment. The procurement aims to establish a contractor responsible for overhauling, upgrading, repairing, testing, and inspecting specific underwater sound equipment, ensuring it meets operational standards and is returned to a Ready for Issue (RFI) condition. This equipment is critical for naval operations, and the contractor will be required to adhere to stringent quality and inspection protocols as outlined in the Statement of Work. Interested parties can contact Raymond Kent at 215-697-2557 or via email at raymond.kent1@navy.mil for further details, with proposals expected to comply with the outlined requirements and timelines.
    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.
    NOTICE OF INTENT TO SOLE SOURCE NMESIS SPARE PARTS BLOCK
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to negotiate a sole-source contract with Kongsberg Defence & Aerospace AS for the provision of spare parts necessary for the sustainment of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Fire Control and Weapon Control Systems. This procurement is necessitated by the lack of technical data rights for critical subsystems, which precludes competitive acquisition as per Federal Acquisition Regulation guidelines. The anticipated contract award is expected in the second quarter of fiscal year 2025, with a performance period extending from February 2025 through March 2027. Interested parties may submit capability statements within 15 days of this notice, but the government retains discretion over whether to pursue competition based on the responses received. For further inquiries, interested contractors can contact Robert K. Crowder at robert.crowder@usmc.mil or Cori L. Kirkbride at cori.kirkbride@usmc.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.
    Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This contract, which will be awarded on a Sole Source basis, encompasses engineering services and the provision of SANS Beacons, with an estimated requirement of 196,800 man-hours over a five-year period. The SANS technology is critical for submarine navigation and tracking, enhancing operational effectiveness within the naval warfare domain. Interested parties can direct inquiries to Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Christina Sherron at christina.m.sherron2.civ@us.navy.mil, with the contract performance expected to commence on January 1, 2024, and conclude by December 31, 2028.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of underwater sound equipment under the title "58--MASP DRIVE." This opportunity is categorized as a sole source procurement, indicating that the agency anticipates receiving a single acceptable offer from a specific source, although other capable firms may express interest. The equipment is critical for various defense applications, emphasizing the importance of quality and compliance with specific standards, including inspection and delivery instructions. Interested parties can reach out to Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details regarding the solicitation process.