Develop and Approve DSF package for SUBPAC Stand Alone Seabird System
ID: N0024423Q0157Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE is seeking services to develop and approve a Departure from Specifications (DFS) package for the Submarine Pacific/Arctic Operations. The services will support the Arctic Submarine Laboratory (ASL) in planning, preparing for, and conducting submarine operations in the Pacific/Arctic region. The contractor will research, develop, and have a DFS for modifying a NAVSEA approved TempAlt package to install a Seabird stand-alone system on several submarines. Interested contractors must submit relevant experience, qualifications, and details by 22 May 2023.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Anti-Submarine Warfare Development for Undersea Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking proposals for the development of anti-submarine warfare capabilities for undersea systems. This presolicitation opportunity focuses on research and development in the physical, engineering, and life sciences, aimed at enhancing national defense through innovative military solutions. The work will be performed in New London, Connecticut, and is critical for advancing the United States' undersea warfare capabilities. Interested parties can reach out to Phoebe Fisher at phoebe.g.fisher.civ@us.navy.mil or call 202-826-7831, or contact Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil or 202-781-2728 for further details.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    ADVANCED TECHNOLOGY DEVELOPMENT DEPARTMENT AIRBORNE ANTI-SUBMARINE WARFARE ENGINEERING SERVICES REQUIREMENT for NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking sources for Airborne Anti-Submarine Warfare (ASW) Engineering Services to support its Advanced Technology Development Department. The contract aims to enhance the research, design, development, testing, integration, and support of avionics and mission systems for both manned and unmanned naval air platforms, ensuring compliance with regulatory frameworks and maintaining compatibility with existing Government IT systems. This initiative is critical for advancing naval aviation capabilities and will involve a single award indefinite delivery/indefinite quantity structure, with a contract anticipated to commence in September 2026. Interested firms must submit their capabilities by 4 PM EST on March 17, 2025, and can contact Courtney Burgos at courtney.l.burgos.civ@us.navy.mil or Michael J. Coon at michael.j.coon8.civ@us.navy.mil for further information.
    In-Service Submarine Propeller and Propulsor On-Site Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for on-site repair services of in-service submarine propellers and propulsors. The objective is to procure services that support repairs for submarine propellers and propulsors that have been damaged either during service or while in storage, as detailed in the attached draft statement of work. This initiative is crucial for maintaining the operational readiness and efficiency of the Navy's submarine fleet. Interested parties are required to submit capability statements by 4:30 PM on March 26, 2025, to Contract Specialist Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil, with the subject line specified in the notice. Please note that this request is for market research purposes only and does not constitute a request for proposal.
    DASN(E) Water Security Support - Sources Sought
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in San Diego, is seeking sources for specialized technical support related to water security for the Office of the Deputy Assistant Secretary of the Navy for Energy (ODASN(E)). The contractor will be responsible for developing strategies, policies, and technical solutions to enhance the Department of the Navy's energy, water, and environmental security readiness, aligning with the National Defense Strategy. This initiative is crucial for ensuring operational capabilities while promoting environmental sustainability across various naval bases. Interested parties must submit a Statement of Capability to Melissa Ferri at melissa.e.ferri.civ@us.navy.mil by the specified deadline, with the contract period anticipated from June 11 to September 30, 2025, and a larger follow-on contract expected to commence on October 1, 2025.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contract is a HUBZone set-aside, emphasizing the need for compliance with specific technical specifications, including operational capabilities, safety standards, and environmental resilience, as outlined in the detailed Request for Quote (RFQ) and associated documents. This specialized vessel is crucial for supporting Navy divers in various missions, ensuring operational readiness and effectiveness in naval operations. Interested contractors must submit their quotations electronically by April 4, 2025, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking potential sources for the production of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This Sources Sought notice aims to identify businesses capable of fabricating, assembling, testing, and delivering the LwLCCA, which is a passive planar array designed to enhance situational awareness and collision avoidance for submarines operating in high-density environments. Interested companies must demonstrate their technical capabilities and past performance related to similar projects, with submissions due by March 27 at 11:59 EDT to the designated contacts, Matthew Nalls and Zachary Cooper, via their provided email addresses. Access to the Draft LwLCCA Performance Specification is contingent upon signing a Terms of Use Agreement, emphasizing the importance of safeguarding sensitive information in compliance with federal regulations.
    Low Frequency Towed Acoustic Source
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for a Low Frequency Towed Acoustic Source to enhance underwater research capabilities. The contractor will be responsible for delivering a tow body equipped with two C-BASS acoustic projectors and a robust electromechanical tow cable, designed to operate within a frequency range of 30-700 Hz and withstand depths of up to 300 meters. This initiative is crucial for advancing environmental acoustics data collection, which is vital for naval operations in diverse marine environments. Interested parties should contact Talisa Boyd at TALISA.M.BOYD.CIV@US.NAVY.MIL for further details regarding this opportunity.
    Radio Frequency Distribution and Control Systems (RFDACS)
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for the Radio Frequency Distribution and Control Systems (RFDACS) units and associated engineering services. The procurement aims to develop, test, and deliver RFDACS components, which are critical for military submarine operations, including obsolescence management and compliance with technical specifications. The total contract ceiling is set at $49,525,360, with a contract duration of 60 months, and a minimum small business participation target of 20%. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Christina Sherron at christina.m.sherron2.civ@us.navy.mil or Devin Santerre at devin.t.santerre.civ@us.navy.mil.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.