The document outlines the Statement of Work (SOW) for the procurement of the next generation Full Authority Digital Controller (FADC) required by the Naval Surface Warfare Center Philadelphia Division (NSWCPD). This contract focuses on acquiring 123 units of the XT FADC, intended to replace obsolete components in the Ship Service Gas Turbine Generator, enhancing operational reliability, maintainability, and cybersecurity capabilities.
Key sections include an emphasis on maintaining a non-personal services contract, clarifications on the relationship between the government and contractor personnel, and specific contractor responsibilities, such as notifying the contracting officer about obsolete components. Security measures and operations security aspects are highlighted, ensuring protection of critical information related to the project.
Additional requirements address counterfeit material prevention, with the contractor responsible for establishing procedures to mitigate risks associated with counterfeit parts. Overall, the document supports the NSWCPD's goal of modernization through improved control systems for naval vessels while adhering to stringent regulatory requirements.
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) has issued a Sources Sought Notice for the development of the next Generation Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC) for DDG-51 Class Ships. This initiative aims to replace the obsolete existing SSGTG FADC, which currently lacks necessary cybersecurity features and contains outdated components. The new XT FADC will enhance the control and output of electrical power, focusing on improving its availability, reliability, maintainability, and supportability. Key details include the part numbers and descriptions of the XT FADC units, currently supplied by Woodward Inc. Although this notice does not constitute an official Request for Proposal, it serves as a market research tool to identify capable firms before acquisition planning. A Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract is expected, with a performance period of five years starting in Q2 FY 2026. Firms interested in participating must respond by March 7, 2025, with strict adherence to submission protocols noted, emphasizing the confidentiality of proprietary information.