NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
ID: 04102025NSSTType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Custom Computer Programming Services (541511)

PSC

TRAINING AIDS (6910)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
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.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
25-SIMACQ-D30-0026 Learning Center IT Equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is conducting a Sources Sought Notice to identify potential vendors for the procurement of various IT equipment, including keyboard-mouse combos, studio headphones, power strips, UPS systems, and hard drives. This initiative aims to assess market capacity for these commercial items, which are crucial for enhancing operational capabilities within the Navy's learning centers. Interested parties are invited to submit their company information, capabilities, and cost estimates by 3:00 PM Pacific Time on April 29, 2025, via email to the primary contact, Jorge Ortiz, at jorge.u.ortiz.civ@us.navy.mil, or to the secondary contact, Brian Carpenter, at brian.a.carpenter14.civ@us.navy.mil. This notice serves as a preliminary information-gathering effort and does not guarantee contract awards or reimbursement for responses.
U--DMSS-N training for NAVIFOR
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Systems Command, is conducting a Request for Information (RFI) for the Undergraduate Jet Training System (UJTS) program, aimed at enhancing training for undergraduate U.S. Navy and Marine Corps jet aviators. The RFI seeks input on various aspects, including air vehicle specifications, training device mixes, and courseware recommendations, as part of ongoing market research to replace the T-45 Combined Multi-Service Pilot Training System. This initiative is critical for achieving Initial Operational Capability (IOC) swiftly while ensuring high training quality, with a Request for Proposal (RFP) expected to be released by December 2025 and contract awards anticipated by January 2027. Interested parties are encouraged to engage with the government by contacting Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Erin Allison at erin.e.allison.civ@us.navy.mil, with responses due by April 30, 2025.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
66--SYSTEM ASSEMBLY,SUB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 75 units of a specific navigational instrument, identified by NSN 1H-6605-009351303. The procurement is for supplies that the Government intends to solicit and negotiate with only one source due to the unavailability of data or rights necessary for competitive bidding, as it has been deemed uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with the primary contact for inquiries being April N. Schlusser at (717) 605-7230 or via email at APRIL.SCHLUSSER@NAVY.MIL.
69--Addition of alternate POC for Mr. Chau Truong
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Air Warfare Center Training Systems Division (NAWCTSD) is hosting an Industry Day and Site Visit for the Littoral Combat Ship (LCS) Independence variant Integrated Tactical Trainer (ITT) Procurement. The scope of work includes the design, development, fabrication, integration, delivery, installation, configuration, technical documentation, and test of the LCS ITT-4 to be located at the Littoral Combat Ship (LCS) Training Facility (LTF), Naval Station San Diego, CA. The Industry Day Conference and Site Visit will provide a technical exchange to potential Offerors and offer a draft release of the Technical Requirements package. All interested parties must notify NAWCTSD of their intent to participate. The anticipated RFP release date is October 2016, with an anticipated award date in May 2017.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
66--INERTIAL NAVIGATION
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Inertial Navigation systems, identified by NSN 7HH 6605-01-513-6655. The solicitation requires detailed proposals that comply with military standards, including pricing, delivery timelines, and adherence to Equal Opportunity clauses, while also emphasizing the importance of quality assurance and inspection protocols. These systems are critical for navigation and guidance in military applications, underscoring their significance in defense operations. Interested contractors must submit their proposals to Leigh Catchings at leigh.e.catchings.civ@us.navy.mil by 14:00 on January 31, 2025, ensuring compliance with all outlined requirements.