FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation_Amendment 1
ID: N0002425R5341Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FIRE CONTROL DESIGNATING AND INDICATING EQUIPMENT (1260)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 23, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System under solicitation number N00024-25-R-5341. This procurement aims to secure engineering and technical services for the development, integration, and deployment of AEGIS-based combat systems on U.S. Navy surface combatants and international tactical sites. The contract will be a Cost Plus Fixed Fee (CPFF) arrangement, with the potential for an additional award fee, and all work must comply with applicable laws and regulations. Interested offerors should direct their inquiries to Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or Robert Larkin at robert.j.larkin25.civ@us.navy.mil, and note that there is no funding associated with this announcement, which is not a commitment to contract.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
Buyer not available
The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.
HQ085121C0002 Extension
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is planning to modify Contract HQ085121C0002 with Lockheed Martin (LM) Corporation to extend their role as the Aegis Ballistic Missile Defense (BMD) Combat System Engineering Agent (CSEA) for up to one year. This contract modification will enable LM to continue providing essential engineering and technical support for the Aegis BMD Weapons System, including the development, integration, testing, and sustainment of capabilities for Aegis Cruisers, Destroyers, and the Aegis Ashore Missile Defense System. Given LM's extensive experience and unique technical knowledge of the Aegis system since its inception in 1969, the MDA intends to solicit and negotiate with only this source under the authority of 10 U.S.C. 3204(a)(1). Interested parties who believe they can meet the requirements without incurring substantial duplication of costs are invited to submit a capability statement to the primary contact, Derek Tenney, at derek.tenney@mda.mil, by the specified response date.
AN/BYG-1 Payload Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components in support of the MK 99 Fire Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources capable of supplying Circuit Card Assemblies, Data Converter Cabinets, and Single Board Computer components to support the MK 99 Fire Control System. Interested firms must demonstrate their capabilities, including facility details, tooling, experience, and supply chain management, while also addressing potential barriers to entry and providing estimated unit prices and lead times for the components. This procurement is critical for maintaining the operational readiness of the MK 99 Fire Control System, which plays a vital role in naval defense operations. Interested parties should respond to the Request for Information (RFI) by contacting Michael Peduto or Robert Larkin, with responses limited to 30 pages and no deadline specified for submissions.
Solicitation N00383-25-Q-403N
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of government-owned articles under Solicitation N00383-25-Q-403N. The procurement focuses on restoring specified military assets to operational condition, requiring contractors to provide materials, labor, and services as outlined in the Statement of Work. This initiative is crucial for maintaining the readiness and functionality of military equipment, ensuring compliance with federal procurement standards. Interested contractors should direct inquiries to Gina Sassane at gina.p.sassane.civ@us.navy.mil for further details regarding the submission process and requirements.
North Atlantic Industries Sensor interface Unit
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
Intelligence Exploitation and Targeting Systems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Intelligence Exploitation and Targeting Systems. This sources sought notice aims to assess the industrial capabilities of potential contractors, with a focus on firms that can demonstrate their experience and ability to deliver high-quality, reliable solutions in accordance with NAICS code 541715, which pertains to Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Interested firms are invited to submit a written response, including a capability statement, within 10 days of the notice's publication, referencing solicitation number N6893625R0030. For further inquiries, potential respondents may contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.