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
    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.
    BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), has issued a Broad Agency Announcement (BAA) to solicit unclassified White Papers for the SSN/SSGN Survivability Program (S3P) and related technologies aimed at enhancing future submarine platforms. This initiative seeks proposals that focus on improving submarine survivability and unmanned undersea systems, particularly in the areas of signal types and the development of Hull, Mechanical, and Electrical (HM&E) materials and design concepts. The BAA is crucial for advancing submarine technologies and fostering competition in government contracting, remaining open for submissions from November 1, 2023, to October 31, 2026. Interested parties can direct inquiries to Kerry Payne at kerry.l.payne3.civ@us.navy.mil or Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil, with no expectation of reimbursement for proposal preparation costs.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    FY25-FY27 FIRE CONTROL TECHNICAL AND ENGINEERING SERVICES IN SUPPORT OF THE NUCLEAR-ARMED, SEA-LAUNCHED CRUISE MISSILE (SLCM-N) PROGRAM
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is planning to award a sole-source contract for Fire Control Technical and Engineering Services in support of the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program for fiscal years 2025 to 2027. This procurement aims to secure specialized engineering services necessary for the development and maintenance of critical defense systems, emphasizing the importance of these services in ensuring national security. The primary work locations will be in Washington, DC, and Pittsfield, Massachusetts, with an estimated award date in December 2025 and a performance period of up to 36 months. Interested parties may contact Jessica Zhang at jessica.zhang@ssp.navy.mil or Brian Kimm at Brian.Kimm@ssp.navy.mil for further information, although this notice is not a request for competitive proposals.
    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.
    Depot Level Repair and Maintenance of AN/AQS-24 Sonar System and Related AMCM Systems
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to extend the Period of Performance for an existing contract with Northrop Grumman Systems Corporation for depot level repair and maintenance of the AN/AQS-24 Sonar System and related AMCM systems. This extension will cover a range of services including repair, maintenance, spares, engineering support, alteration, overhaul, production, modification, and upgrades for various sonar detecting sets and related equipment. The AN/AQS-24 system is critical for naval operations, and Northrop Grumman, as the original equipment manufacturer, possesses the proprietary data and expertise necessary to fulfill these requirements without incurring significant risk or cost to the government. The contract extension is anticipated to last an additional 36 months, from March 18, 2027, to March 17, 2030, with inquiries directed to Contracting Officers Charlotte Blue at charlotte.v.blue.civ@us.navy.mil and Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    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.
    USS PINCKNEY (DDG-91) N00024-21-C-4478 MOD A00060
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to add a new work item to an existing sole-source contract with National Steel and Shipbuilding Company (NASSCO) for the USS PINCKNEY (DDG-91) during its Fiscal Year 2022 Depot Modernization Period. This contract modification involves the replacement of the Bleed Air Hose Assembly, which is critical for maintaining the ship's operational capability prior to deployment. The justification for this sole-source action is based on the unique qualifications of NASSCO, as they are the only responsible source available within the current maintenance window, and bringing in another contractor would significantly disrupt the schedule and incur additional costs. Interested parties can contact Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further details regarding this procurement.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.