Aegis Design Agent Engineering Services FY25-30
ID: N63394-23-RFPREQ-NSWCPHD-0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

PSC

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

    Presolicitation notice from the Department of Defense, Department of the Navy, for Aegis Design Agent Engineering Services FY25-30. This service is a follow-on requirement for N6426718C0132 with Lockheed Martin Corporation. The contractor is the Design Agent and sole manufacturer of the AEGIS Combat System, owning and maintaining the proprietary data drawing packages, production capability, and system design expertise. The anticipated performance period is five years, with the first ordering period expected to begin in April 2025. Interested companies may submit capability statements in response to this notice.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.
    RFI - AEGIS Combat System Support Equipment, Electronic Equipment Fluid Cooler, AN/SPY Radar Warhead Data Receiver Cabinets (WDRC)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking potential sources for the engineering and production of the AN/SPY radar Warhead Data Receiver Cabinets (WDRC), AEGIS Combat System Support Equipment (ACSSE), and Electronic Equipment Fluid Coolers (EEFC) to support the U.S. Navy's Ballistic Missile Defense Kill Assessment System from FY 2026 to FY 2030. The procurement includes the production of WDRC equipment, shipsets of ACSSE, and various EEFC variants, along with engineering support to maintain the Technical Data Package (TDP) and an engineering test facility for system-level testing. This equipment is critical for shipboard tactical operations and must meet stringent Navy environmental qualification requirements. Interested parties should submit their responses to the Request for Information (RFI) by addressing specific capabilities and experience, and must comply with the Terms of Use Agreement for accessing Controlled Unclassified Information (CUI). For further inquiries, contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil or Dae Kim at dae.h.kim.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Buyer not available
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    Synopsis for AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) Laser 2
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to award a modification to the existing Engineering and Manufacturing Development (EMD) contract N0001920C0041 for the AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) Laser 2. This modification aims to update the Non-Recurring Engineering (NRE) scope to include Laser 2, which involves the development of Production Representative Models (PRMs) and prototypes for system qualification and testing. The procurement is critical as it pertains to electronic countermeasures, with DRS Systems, Inc. being the sole source for this requirement due to proprietary data and design ownership. Interested parties must direct inquiries to Contract Specialist Sarah Willis at sarah.m.willis10.civ@us.navy.mil, with responses due by February 14, 2025, as this is not a request for proposals and no contract will be awarded based on responses to this notice.
    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.
    FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Patriot missile spare parts, specifically targeting six parts to support the Patriot (M-D6) Weapon System. This procurement is a sole-source requirement directed to Lockheed Martin Corporation, necessitating compliance with FAR regulations due to the unique nature of the parts involved. The contract will span Fiscal Years 2025 to 2027, with proposals due by 4 PM CST on May 5, 2024, and will require detailed cost and pricing documentation, including First Article Testing (FAT) considerations. Interested parties should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses for further clarification and submission details.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.