N00024-24-C-5131 P000XX Secure Data Research Engineering Network (SDREN) and Identification Friend or Foe (IFF) Sources Sought
ID: N00024-24-C-5131Type: Sources Sought
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

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of the Navy, through the Naval Sea Systems Command, is conducting a Sources Sought announcement to assess industry interest in providing ongoing support for the Secure Data Research Engineering Network (SDREN) and Identification Friend or Foe (IFF) technician services located in Moorestown, New Jersey. The procurement aims to maintain and enhance the capabilities of the SDREN, which is critical for the Department of Defense's High Performance Computing Modernization Program, while also ensuring on-site troubleshooting and repair of IFF systems. Interested contractors are invited to submit a capabilities statement by November 25, 2024, detailing their qualifications and support strategies, as the procurement period is anticipated to extend from FY2025 through FY2028, including four one-year options. For further inquiries, interested parties may contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil.

    Files
    Title
    Posted
    The Navy's Naval Sea Systems Command issued a Sources Sought Announcement on October 24, 2024, to investigate industry interest in providing ongoing support for the Secure Data Research Engineering Network (SDREN) and Identification Friend or Foe (IFF) technician services in Moorestown, New Jersey. The SDREN is pivotal for the Department of Defense's High Performance Computing Modernization Program, ensuring high-capacity, low-latency connectivity for various combat system programs. This procurement aims to maintain and enhance the SDREN capabilities, along with on-site troubleshooting and repair of IFF systems. Interested contractors are invited to submit a capabilities statement by November 25, 2024, detailing their qualifications, support strategies, and business size status. Responses will inform the government's procurement strategy but do not constitute a commitment or contract. The focus is on ensuring compliance with cybersecurity regulations and maintaining operational readiness of IFF systems. The procurement period is estimated to extend from FY2025 through FY2028, encompassing four one-year options. This market research effort underscores the Navy's aim to source qualified contractors capable of meeting the outlined requirements without implying formal contractual obligations at this stage.
    Similar Opportunities
    SPY-1 Radar and MK 99 Fire Control System Support Services FY26-29
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting market research to identify potential sources for support services related to the SPY-1 Radar and MK 99 Fire Control System for fiscal years 2026 to 2029. The procurement encompasses a range of engineering services, including equipment evaluation and modifications, integrated logistics support, maintenance, and field engineering services associated with the AEGIS Fire Control System and AN/SPY-1 Transmitter Group configurations. These services are critical for maintaining the operational readiness and effectiveness of naval defense systems. Interested parties are encouraged to submit their capability statements and company information to Amanda Vidal at amanda.n.vidal.civ@us.navy.mil, with a copy to Ashley Krasnoff at ashley.y.krasnoff.civ@us.navy.mil, by the specified deadline, as this sources sought notice is intended for informational and planning purposes only.
    SPx Server & IFF Radar Licenses
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division (NAWCAD), is seeking small businesses to provide SPx Server and IFF Radar licenses for the AN/SYY-1(V) system. This procurement is a brand name requirement and will be conducted on a firm fixed-price basis, adhering to Federal Acquisition Regulation (FAR) guidelines. The goods are critical for enhancing radar capabilities and ensuring operational readiness within naval operations. Interested vendors must submit their quotations by 5:00 PM EST on October 30, 2024, and must be registered in the System for Award Management (SAM) database to be eligible for consideration. For further inquiries, contact Sheila Cooper at sheila.a.cooper4.civ@us.navy.mil.
    Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This contract, which will be awarded on a Sole Source basis, encompasses engineering services and the provision of SANS Beacons, with an estimated requirement of 196,800 man-hours over a five-year period. The SANS technology is critical for submarine navigation and tracking, enhancing operational effectiveness within the naval warfare domain. Interested parties can direct inquiries to Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Christina Sherron at christina.m.sherron2.civ@us.navy.mil, with the contract performance expected to commence on January 1, 2024, and conclude by December 31, 2028.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 2
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is conducting market research for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration contract opportunity, identified by notice ID N00024-24-R-5504. This procurement aims to continue the development and integration of electronic countermeasures and related capabilities essential for naval operations. The SEWIP system plays a critical role in enhancing the Navy's electronic warfare capabilities, ensuring effective defense against emerging threats. Interested companies can obtain Government Furnished Information (GFI) and should reach out to the primary contact, Alexander Gosnell, at alexander.b.gosnell.civ@us.navy.mil, or the secondary contact, Akilah Beavers, at akilah.m.beavers.civ@us.navy.mil, for further details as updates will be provided on SAM.gov.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is conducting market research for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration contract opportunity, identified by notice ID N00024-24-R-5504. This procurement aims to continue the production and integration of electronic countermeasures systems, which are critical for enhancing naval warfare capabilities. Interested companies can access Government Furnished Information (GFI) related to this effort and are encouraged to reach out to the primary contact, Alexander Gosnell, at alexander.b.gosnell.civ@us.navy.mil, or the secondary contact, Akilah Beavers, at akilah.m.beavers.civ@us.navy.mil, for further details. Updates regarding this opportunity will be posted on SAM.gov, with the presolicitation notice indicating ongoing engagement with potential contractors.
    Navy Electronic Chart Display and Information System (ECDIS) Hardware and Software Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Navy Electronic Chart Display and Information System (ECDIS) Hardware and Software Production. This sources sought notice aims to identify potential sources capable of providing software sustainment, hardware production, system integration, and engineering support for the ECDIS program from FY 2026 through FY 2031. The ECDIS is a critical navigation system used on Navy ships and submarines, integrating various sensor inputs to ensure safe navigation. Interested parties must submit their responses, demonstrating their capabilities and experience, to the designated contacts by the deadline of 30 days from the notice's publication. For inquiries, contact Janel Duval at janel.m.duval.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.
    US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the provision of global repair services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) engines. The primary objective is to conduct damage assessments, failure analyses, and develop repair specifications to enhance the operational readiness of submarine EDG systems across various classes, including SSBN/SSGN 726, SSN 688, and SSN 21. This contract, anticipated to be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) arrangement, will span five years, requiring approximately 25 man-years of technical support, with performance expected to commence around June 17, 2025. Interested businesses must submit capability statements by 5:00 PM EST on November 7, 2024, to Derek W. Diep at derek.w.diep.civ@us.navy.mil, detailing their qualifications and experience relevant to the requirements outlined in the draft Statement of Work.
    PRODUCT FAMILY SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC) of the Department of the Navy, is preparing to solicit proposals for Product Family Support Services under solicitation N55236-25-R-3000. The objective of this procurement is to secure a contractor capable of providing a comprehensive range of maintenance, repair, and assessment services to support the U.S. Navy fleet, particularly focusing on intermediate-level maintenance and repair for over 100 surface ships and submarines. This contract, which will be awarded as a Cost-Plus Fixed-Fee arrangement, is crucial for ensuring the operational readiness of naval assets in the Southwest U.S. region and is anticipated to have a base period of twelve months with four one-year options. Interested vendors should direct their inquiries to Kathy Choi or Dayen Lagunas via email by November 8, 2024, as a formal solicitation is expected to be issued in November 2024, with contract award anticipated in the fourth quarter of fiscal year 2025.
    N00024-23-C-5123 P000XX AEGIS Fielding and Sustainment Ceiling Increase
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking capable contractors for the follow-on effort related to the AEGIS Fielding and Sustainment (AEGIS F&S) contract, N00024-23-C-5123. The primary objective is to provide software engineering, maintenance, testing, and installation services necessary to sustain and upgrade AEGIS-based combat systems utilized by the U.S. Navy, U.S. Coast Guard, and allied naval forces. This initiative is critical for ensuring the effective integration and functionality of existing AEGIS Weapon System and Combat System installations, as well as managing the AEGIS Common Source Library software. Interested parties must submit a completed Military Critical Technical Data Agreement (DD Form 2345) or a valid CAGE Code to the designated contacts within seven calendar days of the Sources Sought release, with responses due by October 2024. For further inquiries, contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil.
    Juniper Hardware
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure Juniper Hardware on a sole-source basis from Juniper Networks for essential IT infrastructure support. This procurement is specifically for hardware support services for various Juniper routers and gateways, with a contract period from November 1, 2024, to October 31, 2025, aimed at ensuring the reliability and performance of critical systems. Interested firms, particularly those owned by service-disabled veterans, must submit their proposals by October 29, 2024, referencing solicitation number N6893625Q0019, and comply with federal acquisition regulations, including registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Virginia Dennison at virginia.j.dennison.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.