Airborne Anti-submarine Warfare (ASW) Systems Engineering Division (AD-4.5.14) contract N0042120D0123 Ceiling Increase, to Aviation Systems Engineering Company, Inc (Asec)
ID: N0042120D0123Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

PSC

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

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking support for the Airborne Anti-submarine Warfare (ASW) Systems Engineering Division (AD-4.5.14) contract. This contract provides engineering services to the NAWC-AD Patuxent River Airborne ASW Battlespace Division in support of avionics, sensors, and e warfare related technology and systems. The services include requirements definition, integration and installation, verification and validation, and operation and sustainment. The contract ceiling value is being increased from $94,878,560.20 to $192,957,477.92 to support SCI tasking requirements. The period of performance for this contract is until September 28, 2025. This notice is not a request for competitive proposals, but interested parties can submit a statement of interest and capability. For more information, contact Courtney Burgos at courtney.l.burgos.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a contract to Leidos Incorporated for the procurement of Non-Recurring Engineering (NRE) services to update and integrate the Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite into the Integrated Defensive Electronic Countermeasures (IDECM) Hardware Suite. This contract will cover the fiscal years 2025 through 2027 and will include necessary updates identified during government testing. The ARC software suite is critical for enhancing the electronic warfare capabilities of the F/A-18 aircraft, ensuring operational effectiveness against evolving threats. Interested parties may express their interest and capabilities by contacting the primary point of contact, Kathleen Erickson, at kathleen.m.erickson13.civ@us.navy.mil, or the secondary contact, Sean McManus, at sean.t.mcmanus7.civ@us.navy.mil, prior to the closing date of the synopsis.
    NAWCAD WOLF Aegis
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking capable firms to provide engineering, technical, logistics, integration, training, and testing support services for the AEGIS Radio Communication Systems (RCS) project, which is critical for shipboard installation on various U.S. Navy vessels. The procurement aims to ensure adequate competition and may include Small Business Set-Aside opportunities, as the current contract is set to expire in June 2026 and has only received one response in the previous competition. Interested businesses are encouraged to submit a capabilities statement by February 6, 2025, and may participate in an industry day on January 23, 2025, to gain further insights into the project requirements. For inquiries, contact Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or Carolyn Emmart at carolyn.a.emmart.civ@us.navy.mil.
    N00039-17-D-0004 - Notice of Intent to Modify Sole Source Contract for Additional Ceiling on the Environmental Satellite Receiver Processor (ESRP) Procurement
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), intends to modify a sole source contract (N00039-17-D-0004) to increase the ceiling for the Environmental Satellite Receiver Processor (ESRP) procurement. This modification will support the continued procurement of specialized technical, engineering, and sustainment services, as well as hardware, including up to five Engineering Development Models (EDM) of the modernized AN/SMQ-11 variant, provided by Vertex Modernization and Sustainment (V2X), the Original Equipment Manufacturer (OEM). The ESRP program is critical for delivering real-time environmental data to support mission planning and execution across various warfare areas. Interested vendors with the necessary expertise and capabilities are invited to submit their statements of capabilities within 15 calendar days of this notice, and inquiries should be directed to Tyler Joworski at tyler.j.joworski.civ@us.navy.mil or Julie Ward at julie.a.ward38.civ@us.navy.mil.
    AN/ALQ-165 and AN/ALQ-214 Software Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is seeking qualified vendors to provide software engineering services for the AN/ALQ-165 and AN/ALQ-214 Electronic Warfare systems. The procurement aims to enhance the capabilities of these Radio Frequency jammers, which are critical for the operational readiness of various Navy aircraft, by focusing on software development, anomaly investigations, flight test support, and user training. Interested businesses are encouraged to submit a capabilities statement by 10:00 AM PST on February 3, 2025, to the Contract Specialist, Jennifer Felton, at jennifer.a.felton.civ@us.navy.mil. The estimated total level of effort for this five-year contract is 195,208 hours, with a focus on compliance with stringent security requirements and effective integration with existing systems.
    Operational Support Services for Ocean Testing
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center Division in Newport, Rhode Island, is soliciting proposals for operational support services related to ocean testing under solicitation N6660425R0055. The contract aims to provide comprehensive logistics and operational services, including the mobilization of vessels, operation of aircraft, and management of specialized equipment for various at-sea tests supporting Navy and Department of Defense projects globally. This initiative is crucial for enhancing undersea warfare capabilities and is expected to facilitate approximately 12-15 projects annually, primarily in U.S. coastal waters but potentially extending abroad. Interested contractors should direct inquiries to Suzanne Morgera at suzanne.e.morgera.civ@us.navy.mil or Chelsea Isherwood at chelsea.a.isherwood.civ@us.navy.mil, with a small business size standard of $19 million applicable to this opportunity.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.
    E-2D Mobile Mission System Sustainment Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWC-AD), intends to award a task order to Dayton T. Brown, Inc. for sustainment services related to the E-2D Mobile Mission System (MMS). The task order will encompass planned maintenance, unplanned troubleshooting, and operational deployment support, and will be issued under Basic Ordering Agreement N0042123G0005, utilizing a combination of firm fixed price and cost-plus fixed fee contract types. This procurement is being conducted on a sole source basis, as the government asserts that only one capable provider exists for these specialized services. Interested parties can direct inquiries to Cylinda Middleton or Lydia F. Munley via their respective email addresses for further information.
    AN/SRQ-4 Radio Terminal Set; Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking to award a contract modification for engineering services related to the AN/SRQ-4 Radio Terminal Set. This procurement aims to increase the contract ceiling value for additional engineering support, building on the existing contract awarded to L3 Technologies, Communications Systems - West, which involves the development, testing, manufacturing, and support of the Common Data Link Hawklink for surface combatants. The opportunity is critical for enhancing communication capabilities within the Program Executive Office Integrated Warfare Systems (PEO IWS) 5.0. Interested parties are encouraged to express their interest and capabilities within 15 days of this notice, with all submissions being at the submitter's expense. For further inquiries, potential offerors can contact Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.