Sole Source to Northrop Grumman-Generalized Automatic Target Recognition (GATR) Software Development Kit
ID: N61331-25-T-MR01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, intends to award a sole source contract to Northrop Grumman Systems Corporation for the Generalized Automatic Target Recognition (GATR) Software Development Kit. This procurement is necessary due to the proprietary nature of the GATR software, which only Northrop Grumman possesses the expertise to modify, ensuring optimal system performance and operability. The contract, valued at up to $250,000, is funded by the 2025 Navy Research and Development budget and is expected to be completed within one year. Interested parties can reach out to Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Ryan Hodges at ryan.t.hodges.civ@us.navy.mil for further inquiries.

    Files
    Title
    Posted
    The document outlines procedures regarding the use of Navy support contractors for managing official contract files at NAVSEA. It specifies that contractors may handle sensitive data, such as trade secrets and proprietary information, while also providing clerical and administrative support functions. Contractors must ensure non-disclosure agreements are in place and inform employees about the confidentiality of the files. Additionally, the contractor's approval does not exempt them from adhering to contract specifications and government regulations. Section E discusses inspection and acceptance protocols, while Section F concerns payment and invoicing procedures through Wide Area Workflow (WAWF). The document further details contract administration points of contact and responsibilities of governmental personnel involved, emphasizing the need for written directives for any contract changes. Key clauses in Section I cover various regulatory compliance requirements, such as limitations on payment influences and confidentiality obligations. Moreover, it stresses the importance of following proper procedures during federal holidays and operational changes related to severe weather. Overall, the main purpose of this document is to establish clear guidelines for contractors working with sensitive government information, ensuring operational integrity and regulatory compliance in RFP processes and contract administration.
    The memorandum outlines a sole source justification for procuring the GATR Software Development Kit from Northrop Grumman Systems Corporation for the AN/AQS-20 Sonar System, managed by the Naval Sea Systems Command. The contract involves a firm fixed price purchase order not exceeding $250,000, to be completed within one year, funded by 2025 Navy Research and Development funds. The GATR platform is proprietary to Northrop Grumman, making it the only source capable of meeting the project requirements due to its unique knowledge of the software's source code and structure. The contracting officer confirms this acquisition represents the best value for the government, as competitive bidding would lead to delays and no significant cost savings. Market research affirmatively indicated that Northrop Grumman is the only vendor able to fulfill these specialized needs. Overall, the document emphasizes the necessity of sole sourcing to maintain project timeline and operational efficiency while adhering to federal acquisition regulations.
    Lifecycle
    Similar Opportunities
    N0016423GJN16 –SOLE SOURCE –30MM AUTOMATIC GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, SPECIAL TOOLING/EQUIPMENT, AND ENGINEERING SERVICES CEILING INCREASE AND PERIOD OF PERFORMANCE EXTENSION— – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, intends to increase the ceiling and extend the period of performance for a sole-source basic ordering agreement (BOA) N0016423GJN16 with Northrop Grumman Systems Corporation for the procurement of 30mm automatic guns and associated services. This procurement includes various configurations of chain-fed automatic guns, spare parts, special tooling, and engineering services, with the ceiling increasing from $79 million to $150 million and the performance period extending to June 29, 2028. The 30mm guns are critical for military applications, and Northrop Grumman is the only source capable of fulfilling these requirements due to proprietary design specifications. Interested parties may submit capability statements to the primary contact, Derek S. Perry, at derek.s.perry2.civ@us.navy.mil, with the anticipated award date set for January 28, 2027.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    Data Acquisition and Retrieval System (DARTS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting a sole-source contract for the Data Acquisition and Retrieval System (DARTS) from General Dynamics Mission Systems Inc. (GDMS). This contract, structured as a Cost Plus Fixed Fee (CPFF) and Indefinite Delivery/Indefinite Quantity (ID/IQ) type, aims to continue the development and application of DARTS technology for the collection and analysis of Submarine Non-Propulsion Electronic System (NPES) data, which is crucial for test and evaluation reporting, system performance, and certification of various submarine classes. The anticipated performance period spans five years, requiring approximately 314,020 man-hours, with a focus on compliance with extensive security and cybersecurity requirements. Interested parties can direct inquiries to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with the understanding that this solicitation is not open for competitive proposals.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – ANSYS SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS software via a sole source justification. This procurement is aimed at acquiring specialized IT and telecom business application software as a service, which is critical for various defense-related applications and simulations. The software is essential for enhancing operational capabilities and ensuring effective project execution within the Navy's technological framework. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, is seeking to procure the MK 234 Nulka Advanced Decoy Architecture Program (ADAP) series payloads from L3Harris, Clifton, New Jersey. This procurement involves a firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract valued at $33,568,100, with options that could increase the total contract value to $124,003,133. The MK 234 Nulka payloads are critical for electronic countermeasures and are essential to meet Navy requirements without unacceptable delays, as L3Harris is the only responsible source capable of producing these specialized systems. Interested parties can reach out to Brittany Burton at brittany.m.burton4.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil for further information.
    HQ014718D0005 SWDC IDIQ Extension
    Dept Of Defense
    The Missile Defense Agency (MDA) of the Department of Defense is extending the IDIQ contract HQ014718D0005 for the SWDC program, specifically justifying the continuation of services with Northrop Grumman as the sole capable source. The procurement aims to maintain critical national defense research and development services, leveraging Northrop Grumman's unique qualifications and extensive experience from a previous $700 million investment over 15 years, which is essential for ensuring continuity and performance. This extension is crucial to avoid disruptions that could arise from transitioning to another contractor, as it would require significant knowledge acquisition that could negatively impact cost, schedule, and performance. Interested parties can reach out to Joshua Kachelman at joshua.kachelman@mda.mil or call 256-450-0343 for further details regarding this opportunity.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.