AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS) Software Builds
ID: N0002425R5203Type: Presolicitation
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

FIRE CONTROL SONAR EQUIPMENT (1287)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Lockheed Martin Rotary and Mission Systems (LM RMS) for the software development of the AN/SQQ-89 Surface Ship Undersea Warfare Combat Systems (USWCS). This contract will cover a five-year period from FY25 to FY29, including one base year and four option years, focusing on the development, qualification, certification, and integration of various software baselines, specifically Advanced Capability Builds (ACB)-19, ACB-23, ACB-25, ACB-27, and ACB-29. The AN/SQQ-89 systems are critical for undersea warfare operations, and this procurement is essential for maintaining and enhancing the capabilities of the fielded systems. Interested parties should note that responses to this presolicitation notice must be submitted by 23:59 EST on October 29, 2024, via email to the primary contacts, Benjamin Vesey and Benjamin Smallenbroek, at the provided email addresses.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    5998 - Multiple Award Contract, Indefinite Delivery, Indefinite Quantity (MAC IDIQ); USQ-82 System Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), intends to solicit a Multiple Award Contract, Indefinite Delivery, Indefinite Quantity (MAC IDIQ) for the repair of the USQ-82 Data Multiplex System and its variants. This procurement is specifically aimed at securing services from the Original Equipment Manufacturers, The Boeing Company and DRS Technologies, who are the only qualified sources for these systems due to their unique manufacturing capabilities and government data rights. The contract is critical for maintaining fleet support needs, and interested parties may submit capability statements within fifteen days of this notice; however, the award will not be delayed pending source approval. For further inquiries, interested vendors can contact Derek Ford at 717-605-4385 or via email at derek.j.ford5.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    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.
    REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for the redesign and production of the AN/SLA-10D Pre-Trigger Converter and Blanking Unit, along with associated components for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) 6 system. This procurement includes the production of shop replaceable assemblies and repairs, necessitated by the obsolescence of certain parts, and is governed by a firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract structure with a five-year ordering period. The successful contractor will be responsible for first article testing and must ensure delivery of units within 180 days after receipt of the delivery order, with a minimum of one first article and a maximum of 130 production units anticipated over the contract's life. Interested small businesses must register in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access solicitation documents, with the closing date for proposals set for August 15, 2023, at 3:00 PM EST. For inquiries, contact Lynn Masterson-Brinegar at lynn.masterson-brine@navy.mil or Diane M. Bright at diane.m.bright5.civ@us.navy.mil.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking capable sources to provide support for the SEWIP Block 1B3, Block 2, and Block 3 programs supporting the AN/SLQ-32(V)6, AN/SLQ-32C(V)6, AN/SLQ-32(V)7, and future Scaled Onboard Electronic Attack (SOEA) configurations of electronic support, electronic attack systems/subsystems in functional areas such as: Build to Print Production, Design Agent Engineering, and System Integration for all variant configurations for the U.S. Navy and future Foreign Military Sale (FMS) partners. The service/item being procured is support for the SEWIP programs, which involve the production, engineering, and integration of electronic support and attack systems/subsystems for the U.S. Navy and potential foreign military partners.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    AN/ALQ-99 Low Band Consolidation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential vendors capable of manufacturing Low Band Consolidation (LBC) Transmitters, repairing Government Furnished Material (GFM) components, and procuring LBC spares. This sources sought notice is intended for market research purposes only and does not constitute a request for proposal; therefore, no funding is available for responses. The anticipated contract will be a Firm Fixed Price (FFP) agreement with a performance duration of up to 60 months, expected to commence no later than December 2025. Interested vendors must submit detailed capability statements, demonstrating their ability to meet program management, engineering management, and testing requirements, while also highlighting their capacity to perform at least 50% of the work as a small business if applicable. For inquiries, vendors can contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@navy.mil.
    Landing Craft, Air Cushion Extended Service Life Extension Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is conducting market research for the Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) at Assault Craft Unit 5 (ACU 5) in Camp Pendleton, California. The objective of this program is to extend the service life of the LCAC beyond previous modernization efforts, requiring capabilities in the repair and installation of various systems including hull structures, machinery, and electronics, as well as the integration of Government Furnished Property. Interested parties must submit their notice of interest and relevant company information by 1600 EDT on October 31, 2024, via email to the designated contacts, Linda C. Squires and Dominick J. Meyers, as this notice is for market research purposes only and does not constitute a request for proposals or funding.