Electronic Armor (EA) Software Support
ID: N0017826Q6644Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for Electronic Armor (EA) Software Support, specifically for the integration and enhancement of Nightwing Intelligence Solutions, LLC software. The procurement aims to provide commercial engineering services to customize and secure the Electronic Armor Operating System (EA-OS) over a 12-month period, ensuring compatibility with existing systems and supporting Linux environments. This opportunity is critical for maintaining the security and functionality of defense software systems, with a firm fixed price contract anticipated to be awarded by January 15, 2026. Interested parties must submit their proposals by January 9, 2026, and direct any inquiries to Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.

    Point(s) of Contact
    Files
    Title
    Posted
    DI-MGMT-81605 outlines the requirements for
    DI-SESS-80776B is a Data Item Description (DID) outlining the format, content, and use of a Technical Data Package (TDP). A TDP provides a comprehensive technical description of an item, essential for its acquisition, production, inspection, engineering, and logistics. It defines design, configuration, performance, and procedures through elements like models, drawings, specifications, and software documentation. This DID mandates that deliverable TDP elements adhere to either the Government’s specified format or the contractor's format. The content must include one or more of several elements detailed in MIL-STD-31000B, such as conceptual, developmental, product, or commercial engineering design data, as well as data for special inspection equipment, tooling, specifications, software, packaging instructions, and quality assurance provisions. This document supersedes DI-SESS-80776A and ensures clarity and completeness in technical data for government contracts.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) requires Electronic Armor Engineering Services from Nightwing for the integration of Nightwing Electronic Armor software. The project aims to tailor and customize the software to meet evolving requirements, support Linux operating environments, and mature the software for prototyping and feasibility studies. Nightwing will provide 730 hours of commercial engineering services within 12 months to harden the security of the Electronic Armor Operating System (EA-OS) and associated packaging software. The contractor will update the EA-OS and documentation to ensure compatibility and integration into existing systems, providing engineering support for installation and integration. All work must be coordinated with the technical point of contact, and employees must have required personal protective equipment. Deliverables include data according to CDRL A001 and A002. The government will provide access to NSWCDD for on-site integration. The work is classified up to the SECRET level, and travel to NSWCDD in Dahlgren, VA, is anticipated for installation and integration support.
    DD FORM 1423-1, a Contract Data Requirements List, specifies the requirements for the delivery of technical data, particularly Interface and User Documentation for the NIGHTWING SOFTWARE. This form is crucial for federal government RFPs, outlining the contractor's obligations to provide data according to the Statement of Work (SOW) paragraph 4.1. Key details include the requirement for a Technical Data Package (TDP) under Data Item A001, referencing DI-SESS-80776B. The contractor must submit a draft within 90 days and a final submission within 180 days of the purchase order, with the government having 20 days for review and comment. Distribution is restricted to the Department of Defense and U.S. DOD contractors only. Submissions are required in Adobe PDF format via email to the Technical Point of Contact (TPOC), Larry Fontenot, at larry.a.fontenot.civ@us.navy.mil. The document also provides instructions for both government personnel and contractors on completing the form, including data item pricing groups.
    This Department of Defense Contract Security Classification Specification (DD Form 254) outlines security requirements for a software integration procurement. The contract, solicitation number N00178-26-SIMACQ-DD-A-0046, requires a Secret facility security clearance and safeguarding level. Contractors will access COMSEC, Controlled Unclassified Information (CUI), and Military Critical Technology. Key activities include receiving, storing, and generating classified information, with specific guidance for handling and marking. The document emphasizes adherence to the National Industrial Security Program Operating Manual (NISPOM), 32 CFR Part 117, and other regulations like DODI 5200.48 for CUI and OPSEC requirements. Public release of information is restricted and requires approval from the Naval Surface Warfare Center, Dahlgren Division. Subcontractors are also bound by these security clauses, and classified material remains the property of the U.S. Government.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), requires Electronic Armor Engineering Services from Nightwing. The purpose is to integrate Nightwing's Electronic Armor software into specific systems and tailor existing software to meet new requirements. This effort will support Linux operating environments and mature the software for prototyping and feasibility studies. Nightwing will provide 730 hours of commercial engineering services over 12 months to enhance the Electronic Armor-Operating System (EA-OS) and associated packaging software for security hardening. The contractor will also update the software and documentation for compatibility, provide integration support, and coordinate with the NSWCDD technical point of contact. The work involves SECRET-level security and requires travel to NSWCDD in Dahlgren, VA, for installation and integration.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), outlines the requirements for contractors to submit data deliverables to the government. This specific form details the submission of "BRIEFING MATERIAL - STATUS REPORTS" for the NIGHTWING SOFTWARE system, categorized under
    This government solicitation (N0017826Q6644) is an RFP for Women-Owned Small Businesses (WOSB) to provide Electronic Armor Engineering Services to the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The contractor will supply 730 hours of commercial engineering support over 12 months, focusing on integrating Nightwing Electronic Armor software into specific weapons system operating environments, particularly for Ubuntu Linux 22.04 and Red Hat Enterprise Linux 8.10. The work involves hardening security, updating software compatibility, and supporting installation. The contract includes provisions for data deliverables, government-furnished property, security up to the SECRET level, and anticipated travel to NSWCDD in Dahlgren, VA. Payment will be processed via Wide Area WorkFlow (WAWF), and the solicitation incorporates various FAR and DFARS clauses governing commercial terms, contractor conduct, cybersecurity, and small business programs.
    This document is a Request for Proposal (RFP) from the Naval Surface Warfare Center Dahlgren for "EA SW Support" (Nightwing SW Support). The solicitation, N0017826Q66440002, was issued on December 10, 2025, with offers due by January 9, 2026. The acquisition is unrestricted, under NAICS code 513210. The contract is a Firm Fixed Price arrangement, with a period of performance of 12 months from the date of award (January 17, 2026, to January 16, 2027). Key sections include details on commercial item terms, commercial supplier agreements, invoicing instructions via Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses related to cybersecurity, safeguarding information, and other government contracting requirements. The document also lists several attachments, including a Statement of Work (SOW) and various data item descriptions (DIDs) and contract data requirements lists (CDRLs).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription model for 65 technicians and 4000 nodes, aimed at renewing the government's current software subscription, which is set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are authorized distributors of the specified software.
    QFS SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the renewal of a subscription, maintenance, and support for 20 QF-Test/swing developer licenses from Quality First Software. This procurement is critical as it ensures continued access to specialized software necessary for testing and development, with the license period extending from March 8, 2026, to March 7, 2027. Only authorized resellers are eligible to submit quotes, emphasizing the importance of vendor relationships in government contracts. Interested parties must submit their proposals by January 9, 2025, with an anticipated award date of March 8, 2026; inquiries can be directed to Ashlee Wesley at ashlee.wesley@navy.mil or by phone at 540-742-8849.
    Electronic Shield P/N 33970670
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of five Electronic Shields, part number 33970670, under a total small business set-aside. This solicitation is critical for supporting military operations, as the Electronic Shield is a component used in aircraft systems, emphasizing the importance of reliable and compliant manufacturing processes. Interested vendors must submit their quotes by December 30, 2025, and are required to request access to technical drawings and provide their JCP certification to the designated contacts, Nicole Greenwood and Arthur Gumushyan, whose emails are provided for further inquiries. The contract is set to be awarded with a delivery date of August 6, 2026, and compliance with specific packaging and marking standards is mandated to ensure safe and effective delivery.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    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.
    59--ELECTRONIC MODULE,S
    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 electronic modules under the solicitation titled "59--ELECTRONIC MODULE,S." This requirement involves the manufacture and supply of electronic modules, which are critical components used in various defense applications, ensuring operational readiness and effectiveness. The contract will be awarded bilaterally, requiring the contractor's written acceptance, and is subject to national defense priority ratings under the Defense Priorities and Allocations System (DPAS). Interested parties should contact Stephen A. Knox at 717-605-6805 or via email at STEPHEN.A.KNOX.CIV@US.NAVY.MIL for further details, with the solicitation set to expire on February 6, 2026.
    25--ARMOR,SUPPLEMENTAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of supplemental armor (NSN 2540012710344) under a Combined Synopsis/Solicitation notice. The contract will involve the delivery of 135 units, with a guaranteed minimum quantity of 20, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. This armor is critical for military applications, ensuring the protection of personnel and equipment in various operational environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    N0016425SC001 CSO
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking innovative commercial solutions under the Commercial Solutions Opening (CSO) N0016425SC001. The objective is to identify and procure advanced technologies that can enhance capabilities in Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare, with a focus on solutions that address specific Areas of Interest (AOIs) such as lightweight weapon systems and advanced optics. This initiative is crucial for improving the operational effectiveness of military forces and ensuring readiness against evolving threats. Interested parties must submit their proposals by January 9, 2026, with additional contact information available through Bradly McLaughlin at bradly.k.mclaughlin.civ@us.navy.mil or Scotland McKinzie at scotland.mckinzie@navy.mil.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of a computer system, identified by NSN 7RH 7010 016951281 and part number 123SCSA9035-1, with a requirement for six units. This procurement is critical for maintaining operational capabilities and ensuring the reliability of electronic systems used by the Navy. Interested vendors must submit their quotes via email to Joseph K. Pace at joseph.k.pace8.civ@us.navy.mil, adhering to the requirement for government source approval prior to award, with all necessary documentation included as outlined in the NAVSUP WSS source approval brochure. The deadline for submission is specified in the solicitation, and offers lacking the required information will not be considered.