FY 24-29 Level of Effort Cooperative Engagement Capability Design Agent Follow On Modification
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Computer and Electronic Product Manufacturing (334)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a modification to an existing contract with Raytheon Company for the Cooperative Engagement Capability (CEC) Design Agent Engineering Services. This modification aims to expand the contract's scope to acquire government purpose data rights for Raytheon’s Independent Research & Development (IR&D)-developed software, which is crucial for enhancing network operations beyond line-of-sight. The contract modification will be conducted under other than full and open competition, emphasizing the specialized nature of the services required. Interested parties may express their interest and capabilities to the primary contact, Erin Cooke, at erin.p.cooke.civ@us.navy.mil, or the secondary contact, Roxie P Thomas, at roxie.p.thomas.civ@us.navy.mil, prior to the response date for this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Joint Standoff Weapon (JSOW) United States Navy (USN) FY26 Repair of Repairables
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source Delivery Order with Raytheon Company for engineering and technical support related to the repair of twelve Joint Standoff Weapon (JSOW) C-1 Aerial Improvement Program All-Up-Rounds (AURs). The objective of this procurement is to investigate, analyze, study, and resolve technical issues associated with these weapons, which are critical for precision strike capabilities in military operations. As the sole designer and manufacturer of the JSOW, Raytheon possesses the unique knowledge and resources necessary to fulfill this requirement. Interested parties may express their interest and capabilities to the primary contact, Elizabeth Scott, at elizabeth.a.scott84.civ@us.navy.mil, or the secondary contact, Lauren Ivancik, at lauren.m.ivancik.civ@us.navy.mil, although the government will not pay for any responses received.
    AIM-9X Systems Improvement Program FOIVE Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) contract for the AIM-9X Systems Improvement Program to Raytheon Missiles and Defense, located in Tucson, Arizona. This contract will support ongoing missile improvement activities, including Non-Recurring Engineering (NRE) for hardware development, operational flight software support, and integration of engineering changes, with a performance period of up to five years. The AIM-9X Program is crucial for enhancing the capabilities of the United States Navy and Air Force, as well as various Foreign Military Sales customers. Interested parties should direct inquiries to Megan Ryce at megan.e.ryce.civ@us.navy.mil, with a copy to Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, noting that the procurement is intended to be sole source to Raytheon based on FAR 6.301-1.
    CONFORMAL CONTROLLED RECEPTION PATTERN ANTENNA (C-CRPA) CONTRACT N0042122C0015
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Firm-Fixed Price modification under contract N0042122C0015 for an additional option year (OY5) to procure Conformal Controlled Reception Pattern Antennas (C-CRPA) from BAE Systems Information and Electronics. This procurement is being pursued on a sole-source basis due to BAE Systems' unique engineering expertise and possession of the necessary technical and proprietary data, which are critical to fulfilling the agency's requirements without causing delays. The C-CRPA is vital for enhancing airborne radio navigation capabilities, ensuring operational effectiveness in various defense applications. Interested parties can reach out to Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil or Travora Levasseur at travora.r.levasseur.civ@us.navy.mil for further information.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    AEGIS Fielding and Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    Payload Control System (PCS)
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.