DCSS 20 Inch Display Refresh
ID: N0003025G1038P263Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Strategic Systems Programs office within the Department of the Navy, is planning to procure a Basic Ordering Agreement (BOA) Order to refresh the Display and Control Subsystem (DCSS) 101 Console display. This procurement involves the delivery of an obsolescence refresh program plan, a Technical Data Package (TDP), and documentation for in-progress reviews, all to be executed in accordance with relevant Ordnance Directives and Technical Program Management processes. The contract will be awarded on a sole source basis to General Dynamics Mission Systems (GDMS) due to their unique capabilities and expertise as the sole manufacturer of the Trident (II) D5 Strategic Weapon System Fire Control System. Interested subcontractors may reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the DCSS 101 Console 20” Display Refresh project, which is structured into two main Contract Line Item Numbers (CLINs). For CLIN 0001, the contractor is tasked with supporting the refresh of console displays, including delivering a monthly Financial Status Report, an initial submission of the Obsolescence Refresh Program Plan, and conducting quarterly reviews. Additionally, the contractor must provide a Technical Data Package for the first year's scope and a Final Report detailing the status of these deliverables. CLIN 0002 involves supplying services and materials specified in Exhibit A according to the outlined requirements. This work is pivotal in maintaining the functionality and modernization of console displays, ensuring compliance with government standards and enhancing operational readiness.
    The Strategic Systems Programs (SSP) is issuing a Sources Sought Notice (SSN) to conduct market research for a potential contract involving the refresh of the Display and Control Subsystem (DCSS) 101 Console display. This research aims to identify firms capable of delivering an obsolescence refresh program, a Technical Data Package (TDP), and documentation for reviews, all adhering to specific Technical Program Management processes and applicable directives. The contract type proposed is Cost Plus Fixed Fee, with an expected award date of September 30, 2025. Interested parties, especially those in the small business sector, must submit detailed capability statements that demonstrate relevant experience and qualifications related to U.S. Navy systems and SSP guidelines. Firms are required to showcase recent past performance reflecting similar project scope, size, and complexity, with a contract value of at least $1.25 million, and demonstrate adequate personnel resources. Notably, submissions are due by April 3, 2025, and should include specific administrative information as well as evidence of relevant expertise. This initiative underscores the government's commitment to sourcing innovative solutions while adhering to marketplace capabilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    Data Acquisition and Retrieval System (DARTS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting a sole-source contract for the Data Acquisition and Retrieval System (DARTS) from General Dynamics Mission Systems Inc. (GDMS). This contract, structured as a Cost Plus Fixed Fee (CPFF) and Indefinite Delivery/Indefinite Quantity (ID/IQ) type, aims to continue the development and application of DARTS technology for the collection and analysis of Submarine Non-Propulsion Electronic System (NPES) data, which is crucial for test and evaluation reporting, system performance, and certification of various submarine classes. The anticipated performance period spans five years, requiring approximately 314,020 man-hours, with a focus on compliance with extensive security and cybersecurity requirements. Interested parties can direct inquiries to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with the understanding that this solicitation is not open for competitive proposals.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    ADVANCED HARPOON WEAPONS CONTROL STATION (AHWCS) TECHNICAL MANUALS, DATA AND COMPUTER SOFTWARE
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to The Boeing Company for the provision of digital copies of existing Advanced Harpoon Weapons Control Station (AHWCS) Technical Manuals, technical data, cable drawing packages, and computer software, both classified and unclassified. This procurement is critical to support the United States Navy's operational capabilities, as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise required for this task. The contract award is anticipated in the first quarter of fiscal year 2026, and interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil or Lindsey Boka at lindsey.a.boka.civ@us.navy.mil for further information, while subcontracting opportunities can be explored with Chasity Strickland at Chasity.L.Strickland@boeing.com.
    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.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    JOYSTICK,DATA ENTRY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of joystick data entry systems. This procurement involves the refurbishment and repair of Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems, ensuring operational reliability and safety. The contract will be awarded on a firm-fixed-price basis, with a desired delivery timeline of 180 days from the order date. Interested vendors should direct inquiries to Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL, and must comply with specific quality assurance and inspection requirements outlined in the solicitation.