Submarine Analysis and Support
ID: N0002424R2131Type: Presolicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for submarine analysis and support. The contract modification will be awarded to Systems Planning and Analysis, Inc. (SPA) to provide subject matter expertise, advisory assistance, program management support, and nuclear-powered submarine platform engineering, technical and construction support and analysis. This support will be provided to foreign military sales (FMS) customers and United States (US) requirements. The contract modification will also include companion US and additional FMS customer requirements. The period of performance will be extended through Fiscal Year 2029. No solicitation documents are available at this time.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Reactor Plant Planning Yard and Moored Training Ship Support Yard Procurement
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to award a sole source contract to Electric Boat Corporation for engineering and design support related to the Planning Yard for reactor plants and propulsion plants of nuclear-powered submarines. This procurement is critical for maintaining the operational readiness and safety of the U.S. Navy's nuclear fleet, ensuring that the necessary support and expertise are available for these complex systems. Interested parties may express their interest and capability to respond to this requirement within fifteen days of the publication of this presolicitation notice, although no proposals will be accepted at this time. For further inquiries, interested parties can contact Lisa Wagaman at lisa.c.wagaman.civ@us.navy.mil or Ryan Daniels at ryan.j.daniels@navy.mil.
    In-Service Submarine Propeller and Propulsor On-Site Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for on-site repair services of in-service submarine propellers and propulsors. The objective is to procure services that support repairs for submarine propellers and propulsors that have been damaged either during service or while in storage, as detailed in the attached draft statement of work. This initiative is crucial for maintaining the operational readiness and efficiency of the Navy's submarine fleet. Interested parties are required to submit capability statements by 4:30 PM on March 26, 2025, to Contract Specialist Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil, with the subject line specified in the notice. Please note that this request is for market research purposes only and does not constitute a request for proposal.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for the maintenance and modernization of fast attack submarines. This contract will support the Navy's four public shipyards by encompassing a range of production and engineering services, including preservation, structural testing, electrical services, and component repair, with work performed under delivery orders over a five-year base period and three additional option years. The procurement is categorized into two tiers: Critical (Lot 1) requirements, which involve critical systems and necessitate specialized contractor capabilities, and Non-Critical (Lot 2) requirements, which are set aside for small businesses and involve less complex systems. Interested contractors can reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or Jennifer Kramer at jennifer.l.kramer26.civ@us.navy.mil for further details.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Shaft Seals
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the replacement of propulsion shaft main shaft seal assemblies on Virginia Class submarines during the FY-25 Depot Modernization Period. The project requires a Defense Maritime Systems Technical Representative to oversee the technical aspects throughout the disassembly, reassembly, and testing phases, ensuring compliance with environmental, safety, and quality standards. This procurement is critical for maintaining the operational readiness and safety of the submarines, emphasizing the importance of high technical standards and oversight. Interested vendors should contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or call 757-396-8790 for further details, as the contract is set aside for 8(a) sole source under FAR 19.8.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    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.
    Anti-Submarine Warfare Development for Undersea Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking proposals for the development of anti-submarine warfare capabilities for undersea systems. This presolicitation opportunity focuses on research and development in the physical, engineering, and life sciences, aimed at enhancing national defense through innovative military solutions. The work will be performed in New London, Connecticut, and is critical for advancing the United States' undersea warfare capabilities. Interested parties can reach out to Phoebe Fisher at phoebe.g.fisher.civ@us.navy.mil or call 202-826-7831, or contact Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil or 202-781-2728 for further details.
    Navy Nuclear Facilities Acquisition and Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking sources for the Navy Nuclear Facilities Acquisition and Engineering Support Services. This procurement aims to provide comprehensive facility engineering support for the SLCM-N weapon system, including responsibilities such as facility management, technical support, industrial engineering, and advanced planning at various locations including SWFLANT and SWFPAC. The selected contractor will play a crucial role in ensuring military readiness and nuclear weapons safety by conducting trade studies, maintaining project documentation, and providing subject matter expertise on warhead production and safety. Interested parties should contact Brian Kimm at Brian.Kimm@ssp.navy.mil for further details regarding this opportunity.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.