CIP New Scope under FY22 FC Production Contract
ID: N0003022C1003P00TBD1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC SYSTEMS PROGRAMSWASHINGTON NAVY YARD, DC, 20374-5127, USA

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting a Sources Sought Notice (SSN) to identify industry interest and capabilities for the production and delivery of fifty-three Captain’s Interface Panel Keylock Assemblies for US and UK submarine systems under contract N0003022C1003. The SSP seeks qualified firms that can build, inspect, and test these assemblies in accordance with specific technical directives and operational guidelines, emphasizing the importance of relevant experience and compliance with subcontracting limitations. This initiative is part of the SSP's strategic planning to enhance submarine fire control capabilities, and interested parties must submit their capability statements by March 7, 2025, to Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193. This SSN serves as a market research tool and does not commit the government to any contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Strategic Systems Programs (SSP) is conducting a Sources Sought Notice (SSN) to assess industry interest and capabilities for the production and delivery of fifty-three Captain’s Interface Panel Keylock Assemblies for the US and UK submarine systems, under contract N0003022C1003. The SSN aims to identify qualified firms capable of building, inspecting, and testing these assemblies, following specific technical directives and operational guidelines. Interested parties must provide detailed capability statements demonstrating their qualifications, experience, and past performance in related contracts, tailored to the requirements outlined. The government encourages small businesses to participate and emphasizes compliance with subcontracting limitations. Responses must include evidence of minimum qualifications and specific contract examples, demonstrating relevant and recent experience in similar projects. The deadline for submission is March 7, 2025. This SSN is a market research tool, not a solicitation for proposals, and does not commit the government to contract award. Overall, this initiative reflects the SSP's strategic planning to enhance its submarine fire control capabilities while ensuring involvement from capable industry partners.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Navy Nuclear Facilities Acquisition and Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking sources for the Navy Nuclear Facilities Acquisition and Engineering Support Services. This procurement aims to provide comprehensive facility engineering support for the SLCM-N weapon system, including responsibilities such as facility management, technical support, industrial engineering, and advanced planning at various locations including SWFLANT and SWFPAC. The selected contractor will play a crucial role in ensuring military readiness and nuclear weapons safety by conducting trade studies, maintaining project documentation, and providing subject matter expertise on warhead production and safety. Interested parties should contact Brian Kimm at Brian.Kimm@ssp.navy.mil for further details regarding this opportunity.
    2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole-source contract with General Dynamics Mission Systems (GDMS) for the capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, Massachusetts. This procurement aims to manage and perform essential maintenance on equipment and facilities that support the Trident II Strategic Weapons System Fire Control System program. The opportunity is significant as it ensures the operational readiness and reliability of critical defense infrastructure. Interested parties can direct inquiries to Lauren Shallow at lauren.shallow@ssp.navy.mil or Bina Russell at bina.russell@ssp.navy.mil; however, it is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    16--ARM ASSY, DOWN LOCK, NSN 7RH 1620-008079674
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of ARM SSY, DOWN LOCK, NSN 7RH 1620-008079674. This item is used in aerospace craft components and accessories. The notice specifies a quantity of 25 units and delivery FOB origin. Engineering source approval is required to maintain the quality of the part. The approved source(s) retain data rights and manufacturing knowledge essential to maintaining the part's quality. Alternate sources must qualify according to the design control activity's procedures. Interested parties must submit the required information for source approval. Failure to provide all necessary data will result in disqualification. The notice also provides links to brochures with additional information. The Government is not using FAR Part 12 policies for this solicitation. Interested parties with the capability to provide a commercial item may notify the contracting officer within 15 days.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Manufacture Submarine Hatch Environmental Protection Enclosures
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of submarine hatch environmental protection enclosures, including Logistics Escape Trunk (LET) and Logistics Plug Trunk (LPT) dog shack hatch covers. The procurement requires adherence to specific design specifications, including the use of grey Sunbrella material, double-stitched seams, and unique identification for produced items, ensuring durability and functionality for naval operations. This initiative underscores the importance of quality materials and construction standards in supporting military readiness. Interested small businesses must submit their proposals by March 28, 2025, at 8:00 AM, and can direct inquiries to Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    Crane Conditioning Monitoring
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking industry input for Crane Conditioning Monitoring and Reporting Support Services. The primary objective is to identify capable firms that can manage and maintain the "Connected Crane Condition Technology and Asset Integrity analysis system (CCM PRO)" across multiple military facilities, focusing on risk assessments, inspections, and reporting for 160 cranes, with potential for expansion. This initiative is crucial for ensuring operational safety and efficiency within military infrastructure, supporting broader federal guidelines related to maintenance and readiness. Interested parties must submit White Paper Capability statements by March 24, 2025, and can direct inquiries to Amanda Beall at amanda.beall@ssp.navy.mil or Cris D Beveridge at cris.beveridge@ssp.navy.mil.
    16--Procurement of 4 each sub-assembly panel (NIIN 013887478)
    Buyer not available
    Sources Sought Notice: The Department of Defense, specifically the Department of the Navy, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors to manufacture 4 sub-assembly panels (NIIN 013887478). These panels, with part number 626145-2, are used on or support aircraft. The government does not possess the necessary data for manufacturing these items. All responsible sources are invited to express their interest and provide capability statements. This notice is not a request for competitive proposals, but all proposals received within 15 days may be considered. Only approved sources will be solicited, and source approval may be required. The primary contact for this procurement is Marie Lisowski.
    59--SECTION ASSY,DC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a specific section assembly, identified by NSN 7H-5996-015271492. The procurement is characterized as a presolicitation notice, indicating that the government does not possess the necessary data or rights to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested vendors must include their CAGE code in solicitation requests and can express their interest in providing a commercial item within 15 days of this notice. For further inquiries, interested parties may contact Daniel Shepley at (717) 605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.