Total Care Support for PSEF
ID: N0042126Q1036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Software Publishers (513210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) N0042126Q1036, issued by the Naval Air Warfare Center Aircraft Division, seeks a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The required support includes software updates, repair or replacement of defective hardware, provision of temporary systems if testing is impacted, phone support, and up to two site visits. Deliverables are for the PSEF building at Patuxent River Naval Air Station. The contract is a Firm Fixed Price arrangement, with a delivery period from January 1, 2026, to December 31, 2026. The RFQ outlines specific invoicing instructions through the Wide Area WorkFlow (WAWF) system and incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to contract terms, conditions, and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Redgate SQL Toolbelt
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for a firm-fixed-price contract for a Redgate SQL Toolbelt Subscription for fiscal year 2026. The procurement is specifically for brand name software, and interested offerors must provide detailed technical information, including a published price list and compliance with federal regulations, as part of their submission. The Redgate SQL Toolbelt is essential for database management and development, ensuring efficient operations within the Navy's IT framework. Quotes must be submitted via email to Benjamin Flores by 12:00 PM on December 17, 2025, with a requested delivery date of January 6, 2026.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    RUGGED,FLAT,PANEL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Rugged Flat Panel, under solicitation number N00104-25-Q-LE15. The procurement aims to secure a repair turnaround time (RTAT) of 90 days for the specified item, which is critical for maintaining operational readiness and functionality within naval operations. Interested contractors are encouraged to provide their quotes, including pricing and RTAT, by the close of business on January 5, 2026, and must ensure compliance with all specified quality assurance and inspection requirements. For further inquiries, potential bidders can contact Joseph Weaver at 717-605-1884 or via email at joseph.d.weaver22.civ@us.navy.mil.