Life Cycle Sustainment Database supporting Armory Management
ID: H92240-25-I-0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM) through the Naval Special Warfare Command (NSW), is seeking industry feedback for the development of a low-cost life cycle sustainment database to support armory management. This database aims to improve the management of combat systems at NSW armories by enhancing accountability and maintenance of serialized weapons and accessories, featuring open architecture for data exchange and compliance with Fiscal Improvement and Audit Readiness (FIAR) standards. The system will perform essential asset management tasks, including inventory tracking, maintenance recording, and report generation, while adhering to federal security protocols to protect sensitive data. Interested vendors are encouraged to submit their capabilities and solutions by the specified deadline, with responses directed to Jackson Gabriel at jackson.t.gabriel.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Command (NSW) is seeking industry feedback through a Request for Information (RFI) to support the development of a low-cost life cycle sustainment database. This database aims to enhance the management of combat systems at NSW armories, addressing issues related to the accountability and maintenance of serialized weapons and accessories. The database should feature open architecture for data exchange, compliance with Fiscal Improvement and Audit Readiness (FIAR) standards, and a user-friendly interface accessible from a range of devices. The required system must efficiently perform a variety of asset management tasks, such as tracking inventory, recording maintenance activities, and generating reports. Security protocols must also align with established federal guidelines to protect sensitive data. Interested vendors are invited to demonstrate their solutions virtually, with a focus on existing capabilities rather than new developments. The RFI emphasizes that responses are not binding and that no formal contract will ensue from this solicitation. Vendors must submit their information by the specified deadline, ensuring that their responses clearly address the outlined requirements and capabilities. This RFI reflects the NSW's proactive approach to optimize asset management and maintain operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting white papers for the Lightweight Machine Gun-Assault (LMG-A) project, aimed at enhancing small arms capabilities. Interested vendors must obtain the LMG-A Performance Specification document, dated February 21, 2025, from the Agreements Officer to understand the performance standards required for their submissions. This procurement is critical for advancing military operational effectiveness, particularly in special operations contexts. For further inquiries, potential offerors can contact David Tenenbaum at david.tenenbaum1@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil, with submissions adhering to the outlined requirements and deadlines.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the acquisition of a Weapons Management System (WMS) through a combined synopsis/solicitation. This procurement aims to secure new manufactured items from authorized manufacturers, with a focus on compliance with the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), particularly regarding telecommunications and small business subcontracting plans. The WMS is critical for enhancing the operational capabilities of the Coast Guard, ensuring effective management and deployment of weapon systems. Interested offerors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or call 206-831-4477 for further details, and must adhere to the specified submission requirements and deadlines outlined in the solicitation documents.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    Combined synopsis/solicitation for EMCOR Enclosures Rails and Racks system
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, is seeking proposals for the procurement of EMCOR Enclosures Rails and Racks systems. This solicitation aims to acquire essential computer storage devices that are critical for enhancing the operational capabilities of naval information technology and telecommunications systems. The goods will play a vital role in supporting various defense operations, ensuring efficient data management and storage solutions. Interested vendors should reach out to Contract Specialist James W Lindsey at james.w.lindsey6.civ@us.navy.mil or call 619-553-3841 for further details regarding the solicitation process.
    70--COMPUTER,DIGITAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for a sole source procurement of two units of a specific computer digital item, identified by NSN 7R-7021-017054062-BL and reference number 344A060-552. This acquisition is critical as the government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must provide the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Danielle M. Cutrera at danielle.cutrera@navy.mil. Proposals that do not include the required data will not be considered for award.
    70--REMOVABLE STORAGE (, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of removable storage solutions. This procurement aims to enhance the functionality and reliability of IT and telecom systems, particularly focusing on help desk support and productivity tools. The services are critical for maintaining operational efficiency within the Navy's IT infrastructure. Interested vendors should reach out to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding the presolicitation notice.
    70--MANAGEMENT UNIT,ELE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Requirements contract to supply estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. This procurement is set aside for small businesses, adhering to FAR regulations, and follows a Firm Fixed Price model with five ordering periods commencing upon award. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested parties must comply with technical data dissemination laws, including obtaining a valid DD 2345 certification, and submit proposals electronically by the specified deadlines. For further inquiries, contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.