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
    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
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    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.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    N0038325PR0R874 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    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.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.