Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
ID: N6449825RRFIISCType: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

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

    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.

    Files
    Title
    Posted
    The CG 47 Integrated Ship Control System (ISC) Request for Information (RFI) outlines engineering and technical services needed for the development and life cycle maintenance of the ISC, which comprises the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) used by the US Navy's Ticonderoga-class ships. Key activities include fleet engineering support, system design, maintenance, and cybersecurity upgrades. The ISC is operational on various ships, with the MCS overseeing essential engineering activities and vendor collaboration to address hardware and software updates. The RFI specifies tasks for the contractor, including problem tracking, requirements management, configuration control, and providing comprehensive logistics and technical training. Additionally, it mandates cybersecurity support to maintain operational integrity. This document is part of the government's initiative to ensure efficient management and modernization of critical Navy systems, reflecting the commitment to enhance safety and performance across naval operations.
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is issuing a Sources Sought Notice 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, which encompasses the Machinery Control System, Ship Control System, and Local Area Network. The NSWCPD seeks capable sources to provide extensive support for lifecycle maintenance, system engineering, cybersecurity, and logistics of the ISC System. This procurement is a first-time initiative, with the contract type and period of performance to be determined based on market research. Interested parties are invited to submit white papers by March 13, 2025, detailing their corporate qualifications, past performance, and technical capabilities. Responses will inform the government's planning process but do not constitute a binding contract or commitment to procurement. The notice emphasizes confidentiality and the non-compensation for information provided by respondents, underlining that submissions become government property. This effort aligns with federal acquisition regulations for gathering market insights to guide future procurement actions.
    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 Integrated Condition Assessment System (ICAS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential providers for the Integrated Condition Assessment System (ICAS). The objective of this procurement is to identify suppliers capable of delivering comprehensive engineering and technical services for the development, modernization, deployment, and life cycle maintenance of ICAS, which is designed to enhance operational efficiency and safety on U.S. Navy vessels through automated monitoring and real-time data analysis. Key contractor responsibilities will include providing in-service engineering support, software management, cybersecurity compliance, and developing training materials, with the ultimate goal of ensuring reliable management and enhancement of these advanced monitoring systems. Interested companies are invited to submit white papers detailing their qualifications by the deadline of March 13, 2025, and can direct inquiries to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of various ship machinery, requiring seamless integration with the Hull, Mechanical and Electrical Local Area Network (HM&E-LAN), while adhering to stringent technical and security specifications. This initiative is crucial for enhancing operational readiness and safety aboard military vessels, ensuring compliance with federal standards for naval shipbuilding and modernization. Interested parties must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors regarding the procurement of Engineering Control System Hardware. The requirement includes specific items such as managed network switches, programmable logic controllers, and communication interface modules, primarily from the brand SIEMENS, to support mission-critical operations. This procurement is essential for enhancing the operational capabilities of the Navy's engineering control systems. Interested parties must submit their responses electronically to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by 3:00 PM EST on February 13, 2025, with all submissions becoming government property and not subject to return.
    USNS WILLIAM MCLEAN Bow Thruster
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of a bow thruster for the USNS William McLean, focusing on maritime equipment and related services. The solicitation, identified as N3220525Q2203, requires a firm-fixed-price purchase order for specific parts, particularly from Kongsberg Marine, North America, with delivery expected by September 30, 2025. This procurement is critical for enhancing the operational capabilities of naval vessels, ensuring compliance with federal regulations, including labor and cybersecurity mandates. Interested vendors must submit their proposals by February 18, 2025, and can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil for further information.
    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.
    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.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    USNS WILLIAM MCLEAN Degaussing System
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of two Advanced Degaussing Systems, Bipolar, under solicitation number N3220525Q2123. The systems are critical for naval operations, ensuring the safety and compliance of military vessels with operational standards. Interested vendors must submit their quotes by 10:00 AM EDT on January 30, 2025, with delivery required by July 30, 2025, to Norfolk, VA. For further inquiries, vendors can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.