Engineering and Obsolescence Support for Common Total Ship Computing Environment
ID: N0017825Q0010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). The contract will cover five years, with potential orders reflecting Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) arrangements. Services will focus on life cycle support for C-TSCE systems, including essential engineering, design, integration, testing, software development, and training specific to the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) of the Independence variant's combat system, possesses unique expertise and knowledge vital for this contract. The acquisition process follows the statutory authority allowing for sole sourcing, suggesting no alternative suppliers meet the government’s requirements. This notice, provided for informational purposes, does not invite competitive proposals and indicates that the government retains discretion in its competition decision. For inquiries, contact details for the contracting office representatives are provided.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Notice of Intent to Sole Source - Osiris PCI Radar Interface Card Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 2, intends to issue a sole-source contract to GDCA, Inc. for the maintenance and repair of the Osiris PCI Radar Interface Card. This procurement is necessary due to GDCA's unique position as the only authorized repair source for Curtiss-Wright's Legacy Radar Hardware Products, which are critical for the Coast Guard's operational capabilities. The contract will involve inspecting and repairing 20 units, with a firm-fixed price structure and a requirement to return the repaired units to the Surface Forces Logistics Center in Baltimore, MD, within 210 days of order receipt. Interested parties are invited to submit their qualifications by March 17, 2025, although the contract is primarily designated for GDCA based on market research and federal procurement regulations allowing for non-competitive bidding.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    SOLE SOURCE - Guided Missile Frigate (FFG(X)) Program Office (PMS 515) Engineering, Cost Estimating, Cybersecurity, and Acquisition Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Crane office, is seeking engineering, cost estimating, cybersecurity, and acquisition support services for the Guided Missile Frigate (FFG(X)) Program Office (PMS 515). This sole source opportunity aims to procure specialized support that is critical for the development and operational readiness of the FFG(X) program, which plays a vital role in enhancing naval capabilities. Interested parties can reach out to Kenneth Brown at kenneth.m.brown132.civ@us.navy.mil for further details regarding this procurement. The notice is categorized under NAICS code 541330 for Engineering Services and PSC code R425 for Professional Engineering/Technical Support.
    Engineering Control Systems Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking quotations for the procurement of Siemens control system hardware as part of a technology refresh for the Engineering Control System (ECS) aboard the USS Lyndon B Johnson (DDG 1002). This procurement is critical to ensure compatibility with existing proprietary software developed for the DDG1000-class ships, with an estimated total cost of approximately $853,527.48 and a delivery timeline of 24 weeks from the award date. The solicitation encourages participation from small businesses, including those owned by service-disabled veterans and women, while emphasizing compliance with federal acquisition regulations. Interested vendors should submit their quotations by April 7, 2025, and can direct inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.