Payload Control System (PCS)
ID: N6660426R0063Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWC DIV NEWPORT), is soliciting proposals for a sole-source contract to SEACORP for the continued development and application of the Payload Control System (PCS) technology. This contract, structured as a Cost Plus Fixed Fee (CPFF) arrangement, aims to enhance the Submarine Combat Control System (CCS) by adapting it to new payload interfaces, with an estimated requirement of 228,130 man-hours over a five-year performance period. The project is critical for modernizing submarine combat and weapons control systems, ensuring they meet evolving operational demands. Interested parties can direct inquiries to Nico Montanari at nico.s.montanari.civ@us.navy.mil, with a minimum contract guarantee of $75,000.00 and adherence to strict security and reporting requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This DD Form 254 outlines the security classification specifications for Contract N66604-26-R-0063 with SEACORP, LLC, for the development of the Portable Weapon Launch System (PWLS) and CSA-PI Data Interface (CDI) Tool. The contract requires a Top Secret facility clearance and Secret safeguarding at the contractor's facility, with performance at both NUWC Division Newport and SEACORP, LLC. The contractor will require access to various classified information types, including COMSEC, Restricted Data, Critical Nuclear Weapon Design Information (CNWDI), Formerly Restricted Data, Sensitive Compartmented Information (SCI), NATO, Foreign Government Information, and Controlled Unclassified Information (CUI), as well as SIPRnet and JWICS. Strict protocols are detailed for handling, storing, generating, and disseminating classified and unclassified information, including specific training, reporting requirements, and adherence to numerous DoD and Navy security manuals and directives. Public release of information is not authorized without prior approval. The document emphasizes the need for contractors to comply with all security regulations, including those for SCI, and to report any questionable intelligence activities or significant/highly sensitive matters.
    This document, a Government Furnished Property (GFP) Attachment for Solicitation Number N6660426R0063, details the provision of 25 HP EliteBook 645 G11 Notebook PCs. These laptops, valued at $2500.00 each, are designated as Government Furnished Material for unclassified work. The attachment specifies a delivery duration of 60 months from the award date, indicating a long-term provision for tasking. The laptops are serially managed and classified for use as-is, with no upgradeability. This GFP attachment outlines the essential resources provided by the government to support specific contractual work.
    This government file, "GOVERNMENT PROPERTY MADE AVAILABLE FOR CONTRACTOR USE," outlines resources provided to contractors at NUWC facilities. These resources include specific Code 25 Laboratories and Facilities at NUWCDIVNPT, such as the Combat Control System Laboratory and Combat System Technology Laboratory, along with 10 estimated office facilities and 25 NMCI computers. The document explicitly states that no laboratory equipment, computer facilities, computer equipment, or software will be provided. Additionally, it mentions that Government Furnished Equipment (GFE) and Government Furnished Material (GFM) will be provided for contractor use or incorporation into end products, with sections for detailed descriptions, quantities, and acquisition costs, though these sections are currently blank. Access to these resources is generally on a non-interference and rent-free basis, scheduled with the Contracting Officer's Representative (COR). The document also references DFARS clauses for item identification and valuation.
    This government file outlines the performance requirements for developing, integrating, and demonstrating new payload capabilities and submarine variants interfacing with the CSA-PI Data Interface (CDI) software. Key tasks include developing Concepts of Operations (CONOPS) and Top-Level Requirements (TLRs), designing CDI software architecture, and implementing software development with information assurance. The project also covers hardware/software integration and testing, culminating in Capstone and Shipboard Demonstrations. Deliverables include various reports, plans, and documentation, all subject to a 95% acceptable quality level and government review. The file emphasizes adherence to schedules, technical accuracy, and complete submissions, with a focus on tracking problems and providing meeting support. Monthly progress and cyber workforce reports are also required, along with strict adherence to government-furnished property management.
    Attachment 5 for RFP N66604-26-R-0063 outlines the approved Key Personnel for the contract. It specifies that any changes to this list require formal approval according to clause C-237-H002, titled “SUBSTITUTION OF KEY PERSONNEL.” The document mandates a specific format for listing personnel, including their Last Name, First Name, Labor Category, and the Award or Modification number under which they were approved. This attachment ensures clear documentation and strict control over personnel changes, critical for maintaining project stability and compliance within government contracts.
    This government file outlines instructions and conditions for offerors responding to a Sole Source solicitation (N66604-21-D-E100) for a Cost Plus Fixed Fee (CPFF) and Cost Only Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Key requirements include compliance with various FAR and DFARS clauses, particularly concerning cybersecurity (CMMC Level 2), organizational conflicts of interest, and the use of Navy support contractors for file management. Offerors must submit proposals electronically, adhering to specific formatting, content, and page limitations across four volumes: Cover Letter/Fill-Ins, Pass/Fail Requirements (Facility and Personnel Clearances, OCI Mitigation Plan, Software Development Plan, Government Furnished Property), Cost/Price, and Key Personnel. The evaluation will be based on meeting all Pass/Fail criteria, a cost/price analysis, and the qualifications of Key Personnel, including an Information Assurance Technical (IAT) Level II certified individual and a Senior Technical Representative (STR).
    This document provides instructions and a spreadsheet template for offerors responding to a government solicitation, likely an RFP. It outlines how to complete the "Input Tab" spreadsheet for cost proposals, specifying that the yellow sections are for input and white sections contain formulas. Offerors can modify the spreadsheet format and formulas but must clearly document any changes. Key instructions include providing hours by labor category, calculating escalation (either mid-point or annually), and ensuring all spreadsheet tabs retain intact formulas. The document also details how fringe and overhead codes correlate, how to handle "Key Personnel Wage Data," and provides guidance on calculating various cost components like direct labor, ODCs, and indirect costs, including a section on contract escalation rates and factors.
    This Statement of Work (SOW) outlines the requirements for modifying the Payload Control System (PCS) technology to integrate new payloads into US Navy submarines. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) Code 25 is the lead, focusing on evolving PCS technology for Advanced Processor Build (APB) baselines. The contract involves architecture and interface development, prototype creation, software/hardware integration and testing, and early platform installation. Key tasks include developing Concepts of Operations (CONOPS) and Top-Level Requirements (TLRs), software development for AN/BYG-1 and CDI, and extensive testing, culminating in shipboard demonstrations. It mandates strict adherence to security protocols, including COMSEC, RD, CNWDI, FRD, SCI, Non-SCI, NATO, FGI, and SIPRNET access, and requires comprehensive Cyberspace/Cyber Workforce (CWF) qualifications and reporting. Various government sponsors and funding types are identified, and the work will be performed at NUWCDIVNPT and the contractor's facility.
    This document outlines distribution and export control guidelines for technical data, specifically referencing DD FORM 1423, Block 16 Addendum, and Block 9 Distribution Statement. It specifies that distribution is restricted to U.S. Government agencies and their contractors due to critical technology. Requests from other entities must be referred to the Naval Undersea Warfare Center Division, Newport. Additionally, the document mandates an "EXPORT CONTROL WARNING NOTICE" for all Contract Data Requirements List (CDRL) items. This warning indicates that the technical data's export is restricted by the Arms Export Control Act and the Export Administration Act of 1979, with violations subject to severe criminal penalties. Dissemination must comply with DoD Directive 5230.25. The core purpose of this document is to ensure stringent control over sensitive technical information within government contracts, emphasizing both distribution limitations and export restrictions.
    This government solicitation, N6660426R0063, is a sole-source Small Business Innovative Research (SBIR) Phase III Request for Proposal (RFP) issued by NUWC DIV NEWPORT to SEACORP. The RFP is for Payload Control System (PCS) engineering services, including architecture development, software development, hardware/software integration and testing, and capstone/shipboard demonstrations for submarine combat and weapons control systems. The contract, with an estimated 228,130 labor hours over five years, is a Cost Plus Fixed Fee arrangement. It outlines extensive security, cyberspace workforce, and reporting requirements, including adherence to NIST 800-171, and emphasizes the handling of classified and controlled unclassified information. The project aims to adapt the CCS to new payload interfaces and modernize tactical PCS baselines, with a minimum guarantee of $75,000.00.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Buyer not available
    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.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for the Unmanned Maritime Systems Support (UMSS) contract. This procurement aims to provide comprehensive engineering services, including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will result in multiple indefinite-delivery, indefinite-quantity (IDIQ) awards with an eight-year ordering period, and it will be competed on a full-and-open basis. Interested firms should note that the response deadline is extended to December 11, 2025, and for inquiries, they can contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    FY25-FY27 FIRE CONTROL TECHNICAL AND ENGINEERING SERVICES IN SUPPORT OF THE NUCLEAR-ARMED, SEA-LAUNCHED CRUISE MISSILE (SLCM-N) PROGRAM
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is planning to award a sole-source contract for Fire Control Technical and Engineering Services in support of the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program for fiscal years 2025 to 2027. This procurement aims to secure specialized engineering services necessary for the development and maintenance of critical defense systems, emphasizing the importance of these services in ensuring national security. The primary work locations will be in Washington, DC, and Pittsfield, Massachusetts, with an estimated award date in December 2025 and a performance period of up to 36 months. Interested parties may contact Jessica Zhang at jessica.zhang@ssp.navy.mil or Brian Kimm at Brian.Kimm@ssp.navy.mil for further information, although this notice is not a request for competitive proposals.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.