Notice of Intent - Sole Source - Systems Engineering and Technical Support Services (BRIDGE)
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole source bridge contract to Science Applications International Corporation (SAIC) for systems engineering and technical support services. This contract is necessary to ensure the continuity of services provided to the NAWCAD Systems Engineering Department until a competitive follow-on contract can be awarded. The contract will cover a three-month base period with an option for an additional three months, as the agency requires these services to avoid unacceptable delays in fulfilling its operational needs. Interested parties may express their interest and technical capabilities by submitting responses to the designated contacts, Tiffany L. Corbett and Sotanya Rushing, by 2:00 PM (Eastern Time) on October 14, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Refurbishment/repair of 18 variants located on Navy vessels
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a four-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract on a sole source basis to Science Applications International Corporation (SAIC) for the refurbishment and incidental services of eight variants of the Antenna Tilt Group (ATG) located on active-duty Navy vessels. This procurement aims to address the refurbishment and repair of approximately 130 different variants, which are critical for maintaining operational capabilities on Navy vessels. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement or proposal by 3:00 p.m. Eastern Standard Time (EST) on November 2, 2024, with questions directed to Contract Specialist Suzanne Kennedy at p.s.kennedy.civ@us.navy.mil. Verbal inquiries will not be accepted, and responses will be posted on the NAVWAR e-Commerce Central website.
    Notice of Intent to Sole Source Acadia Contract Extension
    Active
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) intends to issue a sole-source contract extension for the ACADIA requirements under contract number HM047619C0002, ensuring continuity of services for a period of nine months, with an option for an additional three months. This extension is necessary to maintain Test and Evaluation (T&E) services, including image quality assurance, data quality standards, and automated test tool development, until the competitive acquisition of the follow-on contract, ACADIA II, is awarded. The ACADIA contract plays a crucial role in providing engineering and scientific support, facilitating a smooth transition to a new vendor if required. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Grant Njoku, at grant.i.njoku@nga.mil, or the secondary contact, Nicole Keas, at nicole.d.keas@nga.mil, for consideration by the NGA.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Intent to Sole Source Urgent & Compelling Crane Services for Naval Base San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), intends to award a sole source contract to R.E. Staite Engineering, Inc. for urgent crane services at Naval Base San Diego. The procurement involves the rental and operation of a Yard Derrick Floating Crane and a 65 Ton Floating Crane, along with the necessary labor for their maintenance and operation, necessitated by the breakdown of the existing YD 260 floating crane. This contract, valued at approximately $1.7 million, is critical for maintaining mission operations across several San Diego naval bases and is expected to commence on September 16, 2024, with a performance period of about 61 days. Interested parties may reach out to Christina Peer or Stephanie Livengood via email for further inquiries, although the decision to pursue competitive procurement remains at the Government's discretion.
    SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment supplies/services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrade support, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique capabilities as the designer and manufacturer of the TSS. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order valued at $3.5 million, and proposals must be submitted by October 10, 2024, with the contract award expected by July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
    DOE NNSA NA-20 SE&I Follow On Synopsis Posting of Limited Sources Notice to Sole Source
    Active
    Energy, Department Of
    The U.S. Department of Energy's National Nuclear Security Administration (NNSA) intends to award a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract to The Aerospace Corporation for System Engineering and Integration (SE&I) Support and Independent Technical and Programmatic Analysis related to nuclear defense and nonproliferation. This contract aims to enhance NNSA's capabilities in maintaining the U.S. nuclear stockpile and preventing the proliferation of nuclear weapons through independent assessments and technical support over a five-year period from January 1, 2025, to December 31, 2029. The total estimated value of the contract is $250 million, and interested firms that believe they can meet the requirements are encouraged to submit written evidence to the NNSA by contacting Larry P. Veltman or Tracy CDeBaca via email within 15 calendar days of this notice.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    Senvol Machine Learning and Transfer Learning Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole-source fixed-price contract to Senvol LLC for the procurement of machine learning and transfer learning software. This software is critical for enhancing the capabilities of NAWCAD Lakehurst, NJ, and extensive market research has confirmed that Senvol LLC is the only vendor capable of fulfilling the government's specific requirements. The procurement will be conducted under the authority of 10 USC 3204(a)(1) as implemented in FAR 6.302-1, and while no solicitation package will be available, responses from interested parties will be considered within fifteen days of this notice. For further inquiries, Clement Slavick can be contacted at clement.m.slavick.civ@us.navy.mil or by phone at 240-572-2429.
    Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services Contract for Cost Engineering, Value Engineering, and Scheduling Services at Various Navy and Marine Corps Installations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations worldwide. The procurement aims to identify small businesses, including SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of delivering essential engineering services such as cost estimates, bid analyses, life cycle cost engineering, and scheduling using Primavera software. This initiative is crucial for ensuring effective project management and cost efficiency in defense-related projects, with an estimated contract value of $30 million over a five-year performance period. Interested firms must submit their qualifications in the SF330 format by 11:00 AM (San Diego, CA Local Time) on October 17, 2024, to Elson Muzada at elson.g.muzada.civ@us.navy.mil.
    2024 NUCLEAR ARMED SEA LAUNCHED CRUISE MISSILE (SLCM-N) ACQUISITION & ENGINEERING (A&E) SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified firms to provide Acquisition & Engineering (A&E) Support Services for the 2024 Nuclear Armed Sea Launched Cruise Missile (SLCM-N) program. The procurement aims to secure services for the integration, testing, and lifecycle sustainment of the SLCM-N onboard Virginia Class submarines, with a focus on areas such as site master planning, nuclear weapons documentation, and logistics management for strategic weapons systems. This initiative is critical for maintaining advanced and secure weapon systems in compliance with federal guidelines, emphasizing opportunities for small and disadvantaged businesses. Interested parties must submit their White Paper capability statements by October 18, 2024, at 4:00 PM EST, to Victoria Platner at Victoria.Platner@ssp.navy.mil, detailing their qualifications and relevant experience.