2024 NUCLEAR ARMED SEA LAUNCHED CRUISE MISSILE (SLCM-N) ACQUISITION & ENGINEERING (A&E) SUPPORT SERVICES
ID: N00030-25-R-7000Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requests for proposals (RFPs) and support services for the Sea Launched Cruise Missile Nuclear (SLCM-N) program, focusing on various aspects including research and development, technical writing, acquisition support, and logistics management. Key responsibilities for contractors include providing engineering support for ballistic missile systems, performing test planning and execution, developing technical documentation, and managing risks associated with technical requirements. The contractors must support missile operation integration into existing submarine platforms, ensure compliance with design specifications, and oversee facility security measures. The engagement extends to collaborating with the Department of Defense and Department of Energy on operational guidelines and training for logistics, storage, and transportation of nuclear weapon systems. Additional emphasized areas include the development of a Program Protection Plan to safeguard operations, alongside expert input in microelectronics and artificial intelligence to ensure technological advancements throughout the program lifecycle. This comprehensive approach illustrates the government’s commitment to maintaining secure, reliable, and advanced weapon systems in compliance with federal guidelines and departmental policies.
    The 2024 Nuclear Armed Sea Launched Cruise Missile (SLCM-N) Acquisition & Engineering Support Services sources sought notice aims to assess industry interest and capability to provide services for the integration, testing, and lifecycle sustainment of the SLCM-N onboard Virginia Class submarines. This notice, issued by the Strategic Systems Programs (SSP), is part of preliminary market research and does not solicit proposals. The required support spans from December 2024 to November 2025, with four potential one-year options. Respondents must demonstrate their qualifications in key areas, including site master planning, nuclear weapons documentation, and logistics management for strategic weapons systems. Emphasis is placed on small businesses that fulfill minimum qualifications and can collaborate effectively with partners if necessary. The submission deadline for White Paper capability statements is October 18, 2024, by 4:00 PM EST, requiring detailed documentation of prior relevant experience and company information. The government stresses that this announcement does not bind them to issue a contract but is a means to gauge vendors' capabilities. It highlights the critical requirements for agencies involved in national defense and fosters opportunities for small and disadvantaged businesses in defense contracts.
    Similar Opportunities
    2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking potential vendors for capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, MA. This initiative aims to support the Trident II Strategic Weapons System Fire Control System program, focusing on significant upgrades to electrical systems, HVAC infrastructure, and security enhancements, including the replacement of aging equipment and the establishment of a new Engineering Test System lab. The government encourages participation from small businesses and requires interested firms to submit detailed capability statements demonstrating relevant experience, particularly for projects valued at $20 million or more completed within the last four years, by the deadline of October 8, 2024. For further inquiries, interested parties may contact Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193.
    Weapon Sled Assembly (WSA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps (USMC), is seeking information from potential producers for the procurement of the Weapon Sled Assembly (WSA) as part of the Naval Strike Missile (NSM) system, intended for integration with the Remote Operated Ground Unmanned Expeditionary Fires (ROGUE-Fires) platform. The WSA must be capable of sustaining launch forces, integrating with a Fire Control System (FCS), and supporting the USMC's expeditionary operational requirements for ground-based anti-ship capabilities. This Request for Information (RFI) aims to identify suitable suppliers and gather insights on the design, technical specifications, transportation constraints, and costs associated with the WSA, with responses due by October 18, 2024. Interested parties should direct their submissions to the designated contacts, ensuring compliance with the outlined submission guidelines.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide mechanical refurbishment and replacement services for the AN/SLQ-32(V)6 antenna shelter structures. The procurement involves disassembly, abrasive blasting, coating, reassembly, and production of aluminum shelter structures, with a tiered approach for varying levels of refurbishment. This contract is crucial for maintaining the operational readiness of naval equipment, and the government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum of one and a maximum of 125 shelter sets over its duration. Interested parties should note that the solicitation will be issued on November 18, 2024, with a closing date of December 17, 2024, at 4:00 PM EDT, and can direct inquiries to Clayton Raber at clayton.l.raber.civ@us.navy.mil or by phone at 812-381-3553.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.
    Igniter S & A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified sources regarding the procurement of Igniter Safe & Arm (S&A) devices for the Minuteman III Intercontinental Ballistic Missile (ICBM) program. The objective is to evaluate the need for replenishment spares of the Igniter S&A, which is a critical component that prevents inadvertent ignition of the missile's motor. This sources sought synopsis aims to gather market research data to determine potential sources and inform the acquisition strategy, with a focus on capabilities related to manufacturing, obsolescence mitigation, and quality management. Interested parties are encouraged to submit a white paper capability statement to Robert Nielson at robert.nielson@us.af.mil, with responses due by the specified deadline. The NAICS code for this opportunity is 336415, and the place of performance is Capitol Reef, Utah.
    SPECIAL NOTICE - Silent Swarm 2025
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division (NSWC Crane), is issuing a Special Notice for the Silent Swarm 2025 Experimentation Event, aimed at soliciting submissions for participation in the development of Electromagnetic Spectrum Operations (EMSO) capabilities on unmanned systems. This initiative seeks to foster collaboration between industry, academia, and government entities to explore innovative technologies in a real-world experimentation environment, focusing on capabilities that can be integrated into multi-domain unmanned systems. Interested parties, including small and large businesses, University Affiliated Research Centers, and Federally Funded Research and Development Centers, must submit their proposals by 10:00 AM ET on October 15, 2024, with further details available from primary contacts Robert Gamberg and Michelle Kitley via their respective emails.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking potential sources for the upgrade, redesign, and operation of the Launch Test Complex (LTC) at China Lake, CA, as part of the Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC) initiative. The procurement aims to enhance the LTC to support the CPS program, including the development of various test components such as a Test Payload Tube, Launch Test Stand, and Advanced Payload Module, while also conceptualizing an Under Water Test complex to facilitate risk mitigation for new weapons systems. Interested firms must be registered in the System for Award Management (SAM) and submit written responses, including a capability statement, to the designated contacts by email within 15 days of the notice date, referencing solicitation number N6893624R0025. For further inquiries, firms can contact Robert Roulusonis at robert.a.roulusonis.civ@us.navy.mil or Scott Hansen at scott.c.hansen.civ@us.navy.mil.
    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.
    Electromagnetic Aircraft Launch System (EMALS) and Advanced Arrestment Gear (AAG) Sustainment IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide sustainment services for the Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems aboard Ford-class nuclear-powered aircraft carriers and the Future French Carrier. The procurement aims to secure engineering, logistics support, technical assistance, and life cycle sustainment, including the development of technical data, software changes, and quality assurance management. The EMALS and AAG systems are critical for enhancing the safety and operational capabilities of carrier-based aircraft launches and recoveries. Interested parties must submit their capability statements by 4:00 PM (EST) on October 17, 2024, to Jacob Halowell and Margo O'Rear via the provided email addresses, with the planned contract award date set for December 2025 and an ordering period extending through December 2030.