Systems Engineering Sustainment
ID: 25C0021Type: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, intends to award a sole source bridge contract to Avian-Precise Company, LLC for systems engineering sustainment services. This contract aims to ensure the continuation of engineering and technical support to the Systems Engineering Department, with a performance period from May 1, 2025, to October 31, 2025, including options for additional months. The procurement is critical to avoid unacceptable delays in fulfilling agency requirements, as stipulated under 10 U.S.C. § 2304(c)(1) and FAR 6.302-1. Interested parties may submit their technical capabilities and expressions of interest to the primary contact, Catherine V Rippeon, at catherine.v.rippeon.civ@us.navy.mil, or the secondary contact, Sotanya Rushing, at sotanya.t.rushing.civ@us.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
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 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 upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is 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.
Pointwise Renewal
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure Pointwise software and support exclusively from Cadence Design Systems, Inc. This procurement is necessary due to the unique features of the software, which are essential for hydrodynamic modeling and analysis in naval engineering projects. The government intends to issue a firm fixed-price purchase order on a sole-source basis, with an estimated total cost of $53,240 for the license renewal and support needed from June 1, 2025, to May 31, 2026. Interested parties may submit capabilities statements by 11:59 AM on April 30, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
Notice of Intent to Award Sole Source - USAF T53 Engine Component Improvement Program Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for the USAF T53 Engine Component Improvement Program Support. This procurement aims to provide critical sustaining engineering services for the T53 turboshaft engine, which powers the TH-1H Iroquois training helicopters, ensuring flight safety, operational readiness, and cost-effectiveness throughout the engine's service life. The contract will encompass a range of activities including research, development, testing, and engineering support, necessitating specialized knowledge in helicopter engine operations and military airworthiness requirements. Interested organizations must submit tailored capability statements demonstrating their qualifications, with responses directed to MaryAnn Greene at maryann.greene@us.af.mil by the specified deadline.
Crane Conditioning Monitoring
Buyer not available
The Department of Defense, specifically the Strategic Systems Programs under the Department of the Navy, intends to issue a sole source contract to Imes, Inc. for advanced technical support related to crane conditioning monitoring systems. The procurement focuses on the operation, maintenance, and analysis of the Crane Condition Monitoring (CCM) system, requiring specialized knowledge in acoustic emission structural analysis and risk analysis within the SSP environment. This contract is critical for ensuring the safety and operational efficiency of production and processing cranes, with the government emphasizing that responses to this presolicitation notice will be considered within fifteen days of publication. Interested parties may contact Amanda Beall at amanda.beall@ssp.navy.mil for further information.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
SOLE SOURCE – Variomill Service Contract
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a service contract for the maintenance and repair of VarioMill equipment, with a focus on engaging Women-Owned Small Businesses (WOSB). The procurement is a sole source contract with Varioscale, INC, which holds proprietary rights and possesses the necessary technical expertise and parts for timely repairs. This service agreement is critical for ensuring the operational readiness of the equipment, and interested vendors are encouraged to submit capability statements by the closing date of April 30, 2025, at 4:00 PM Eastern Time. For further inquiries, vendors may contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
Buyer not available
The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.