Lethality Software Support Services
ID: N00178-25-R-3031Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking capabilities for Lethality Software Support Services. This opportunity is part of a follow-on requirement aimed at enhancing software support related to lethality systems, which are critical for naval operations. Interested parties are invited to submit their capability statements by August 15, 2025, no later than noon EST, to ensure consideration for this procurement. For further inquiries, potential bidders can contact Rachel Barbrow at rachel-spivey.p.barbrow.civ@us.navy.mil or Rolanda Y. Wallace-Taylor at rolanda.y.wallace-taylor.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Test, Engineering/Analysis Fleet Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    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 Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    N0016425SC001 CSO
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.