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

Buyer

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified firms 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 This initiative aims to replace the outdated existing SSGTG FADC, which lacks essential cybersecurity features and contains obsolete components, thereby enhancing the control and output of electrical power while improving availability, reliability, maintainability, and supportability. The procurement involves acquiring 123 units of the XT FADC, which is critical for modernizing naval vessels and ensuring operational efficiency. Interested firms must respond to the Sources Sought Notice by March 7, 2025, and can direct inquiries to Emily Simpson at Emily-Rebecca.Simpson.civ@us.navy.mil or Michael Karamisakis at michael.karamisakis.civ@us.navy.mil, with a performance period expected to commence in Q2 FY 2026 under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity contract.

    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
    Sources Sought
    Similar Opportunities
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
    Buyer not available
    The Department of the Navy is seeking qualified contractors to provide global repair services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to ensure the operational readiness and reliability of these critical diesel generators, which are essential for submarine operations and emergency power supply. Interested parties should note that the primary point of contact for this opportunity is Derek W. Diep, who can be reached at derek.w.diep.civ@us.navy.mil, with Francis J. Brady as the secondary contact at francis.j.brady14.civ@us.navy.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.
    28--POWER UNIT,GAS TURB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a gas turbine power unit, identified by NSN 7R-2835-013692818-VH, with a quantity of one unit required for delivery FOB origin. This item is classified as flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. The procurement is vital for maintaining operational readiness, and interested vendors must submit comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for consideration. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at svitlana.shvets@navy.mil.
    MSU-200 Starter and FADEC components
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from potential sources regarding the availability of Starter and FADEC components for the MSU-200 system. This Request for Information (RFI) aims to gather industry insights to assist in identifying features and approaches that meet the Navy's general requirements for these components. The components are critical for aircraft maintenance and repair, ensuring operational readiness and efficiency. Interested parties are encouraged to submit their responses, including company details and capabilities, to Paras Patel at paras.d.patel.civ@us.navy.mil by December 2, 2024, at 9 AM EST. Please note that this RFI is for information and planning purposes only and does not constitute a solicitation.
    RFI - AEGIS Combat System Support Equipment, Electronic Equipment Fluid Cooler, AN/SPY Radar Warhead Data Receiver Cabinets (WDRC)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking potential sources for the engineering and production of the AN/SPY radar Warhead Data Receiver Cabinets (WDRC), AEGIS Combat System Support Equipment (ACSSE), and Electronic Equipment Fluid Coolers (EEFC) to support the U.S. Navy's Ballistic Missile Defense Kill Assessment System from FY 2026 to FY 2030. The procurement includes the production of WDRC equipment, shipsets of ACSSE, and various EEFC variants, along with engineering support to maintain the Technical Data Package (TDP) and an engineering test facility for system-level testing. This equipment is critical for shipboard tactical operations and must meet stringent Navy environmental qualification requirements. Interested parties should submit their responses to the Request for Information (RFI) by addressing specific capabilities and experience, and must comply with the Terms of Use Agreement for accessing Controlled Unclassified Information (CUI). For further inquiries, contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil or Dae Kim at dae.h.kim.civ@us.navy.mil.
    6130 - MK 99 Fire Control System (FCS), AN-SPY-1 Transmitter Group and AN-SPY-3 Multi-Function Radar (MFR) Non-Recurring Demand (NRD) Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking support for the MK 99 Fire Control System (FCS), AN-SPY-1 Transmitter Group, and AN-SPY-3 Multi-Function Radar (MFR) under a Non-Recurring Demand (NRD) contract. This procurement aims to provide essential maintenance and support services for these critical systems, which play a vital role in naval operations and defense capabilities. The opportunity falls under the NAICS code 336611, related to Ship Building and Repairing, and the PSC code 6130, which pertains to electrical converters. Interested parties can reach out to Nicole Rounay at 564-230-2822 or via email at nicole.t.rounay.civ@us.navy.mil for further details regarding this presolicitation notice.
    29--FUEL CONTROL,STARTI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of fuel control components, identified by NSN 7R-2915-015821223-F7. The procurement involves a quantity of two units, which are classified as commercial/non-developmental items requiring Government source approval prior to contract award due to their flight-critical nature. Interested vendors must provide the necessary documentation for source approval, as only previously approved sources will be considered for this solicitation, which is not open for competitive proposals. Proposals must be submitted within 45 days of this notice, and interested parties can contact Kelly A. Gipson at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL for further information.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    MK34 2025 BUILD/FUSE SETTER UNITS
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals from qualified small businesses for the MK34 2025 Build/Fuse Setter Units. This procurement involves the production of specific non-commercial items, including Case Setter Units and Power Supplies, with a focus on adhering to detailed technical specifications and manufacturing standards outlined in the associated documentation. The goods are critical for military applications, ensuring operational readiness and effectiveness in explosive ordnance disposal technologies. Interested vendors must submit their quotes by 09:00 a.m. Eastern Standard Time on March 5, 2025, and are required to have an approved DD Form 2345 and be registered in the System for Award Management (SAM). For further inquiries, potential offerors can contact Amy Anderson at amy.c.anderson2.civ@us.navy.mil.
    2835 - Synopsis/Notice of Intent for a Limited Competitive LTC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support Mechanical office, is seeking eligible contractors for a limited competitive contract focused on the manufacture, evaluation, repair, and modification of gas turbine systems. The procurement aims to address the need for specific items related to turbine and turbine generator set units, which are critical for various military applications. Interested contractors must provide capability statements and are advised that the government does not possess the necessary data to repair the solicited items; thus, source approval is required prior to contract award. For further inquiries, contractors can contact Rachael Costanzo at 717-605-2462 or via email at rachael.l.costanzo.civ@us.navy.mil.