Next Generation SSGTG XT FADC - Synopsis
ID: N64498-25-RFPREQ-PD-42-0079Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate a sole source contract with Woodward, Inc. for the Next Generation Full Authority Digital Control (FADC) system for DDG-51 class ships. This procurement aims to replace the existing Ship Service Gas Turbine Generator Full Authority Digital Control (SSGTG FADC), which currently contains obsolete components and lacks necessary cybersecurity enhancements. The upgraded XT FADC will improve the availability, reliability, maintainability, and supportability of the SSGTG, ensuring efficient electrical power output for the ships. Interested parties may express their interest and capabilities by contacting Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil, although this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure 32 units of the actuator, electro-mechanical, identified by NSN 7H-4810-015016826. The procurement is for a specialized component that is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with all proposals being considered for the purpose of determining whether to conduct a competitive procurement. For further inquiries, interested vendors can contact Heather R. Jones at (717) 605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    FMS Repair Actuator-Electro-Me
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.
    12--ADAPTER,DRIVE MOTOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 19 units of an Adapter, Drive Motor, as part of a presolicitation notice. This procurement involves the repair and modification of a specific part identified by NSN 7H-1285-012551684, which is critical for fire control radar equipment, except airborne systems. The government intends to negotiate with only one source due to the unique nature of the item, and interested parties are encouraged to express their capabilities within 15 days of this notice. For further inquiries, potential contractors can contact Aryel Ryan at (717) 605-4614 or via email at ARYEL.A.RYAN.CIV@US.NAVY.MIL.
    ADG LOGIC PROGRAMMING TECH REP FOR USNS COMFORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is seeking an OEM authorized Repair Facility to provide technical support for the troubleshooting and repair of the Diesel Engine for the 1 Auxiliary Diesel Generator (ADG) aboard the USNS Comfort (T-AH 20). The selected facility must possess proprietary rights to the necessary technical information, material requirements, and logic programming essential for the effective repair of the ADG, which is critical for supplying power to the hospital onboard the vessel. Interested parties can reach out to Shawn Stebbins at shawn.m.stebbins2.civ@us.navy.mil or call 904-270-5415 for further details regarding this procurement opportunity.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    MAIN PROPULSION DIESEL ENGINE PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure main propulsion diesel engine parts through a sole source contract. This firm-fixed-price (FFP) contract is justified under the authority of 13.106-1(b)(1)(i), indicating that the procurement is limited to a single source due to specific requirements. The diesel engine parts are critical components for maintaining operational readiness and efficiency of naval vessels. Interested vendors can reach out to Erin Behrns at erin.m.behrns.civ@us.navy.mil or by phone at 757-641-3176 for further details regarding this opportunity.