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
  1. 1
    Posted Oct 5, 2023 9:18 PM
  2. 2
    Updated Oct 5, 2023 9:18 PM
  3. 3
    Due Oct 20, 2023 10:00 PM
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
Title
Type
Presolicitation
Similar Opportunities
Engineering services to the United States Navy and Foreign Military Sales/Foreign Military Funding customers of the Harpoon Weapon System , Standoff Land Attack Missile Expanded Response and Harpoon Coastal Defense System
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking engineering services for the Harpoon Weapon System, Standoff Land Attack Missile Expanded Response, and Harpoon Coastal Defense System. These services will support the United States Navy and Foreign Military Sales/Foreign Military Funding customers. The services include program management, engineering, configuration management, system software safety and security certification and accreditation, and more. The contract is anticipated to be awarded in the second quarter of fiscal year 2025 and will have a base year plus two one-year options.
ASE B Kits and LBDR
Active
Dept Of Defense
The Naval Air Systems Command (NAVAIR) seeks industry partners for the design, development, and integration of retrofit kits for the EA-18G Airborne Electronic Attack (AEA) system as part of the AEA System Enhancement (ASE) project. The main objective is to enhance the AEA system's capabilities and infrastructure to address emerging threats and ensure platform compatibility with the Next Generation Jammer (NGJ). NAVAIR aims to procure these kits for installation on all current EA-18G aircraft, improving their processing capacity and overall performance. This contract opportunity, with an anticipated duration of 54 months, requires familiarity with AEA systems and aircraft modification expertise. Respondents should possess or have access to the necessary technical data and demonstrate their ability to meet the project's demands. The incumbent contractor is Northrop Grumman Systems Corporation. All interested parties, regardless of size, are encouraged to submit a capabilities statement highlighting their relevance to the required capabilities. The statement should be concise, bullet-pointed, and formatted for clarity. Businesses must include basic company information and their approach to the opportunity, detailing any teaming arrangements, subcontracting plans, or manufacturer classifications. Submissions are due by August 8, 2024, at 3:00 pm Eastern Time and should be emailed to kathleen.n.la.civ@us.navy.mil. For more information or clarifications, contact Kathleen La at the provided email address. Please note that this is a sources sought notice, and the government is not obligated to issue a formal solicitation or award a contract based on the responses received. It is a market research initiative to explore potential sources and solutions before determining the acquisition method.
USS THE SULLIVANS (DDG68) FY25 Docking Selected Restricted Availability (DSRA) Sources Sought
Active
Dept Of Defense
The Department of Defense is seeking information on industry capabilities for a potential future contract related to the USS THE SULLIVANS (DDG68) FY25 Docking Selected Restricted Availability (DSRA). The Naval Sea Systems Command (NAVSEA) is particularly interested in determining the capacity of small businesses to perform the required work. The focus of this opportunity is to conduct maintenance, repair, and alterations on the USS THE SULLIVANS during the period between September 29, 2025, and January 15, 2027. It's important to note that the government's plan for this project is subject to change. The anticipated contract type is firm-fixed price, with an expected RFP release date in November 2024. Companies that possess a current NAVSEA Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) should submit a notice of interest that includes the required contact information and indicates an interest in the solicitation. This applies to both small and large businesses. Companies without these agreements should submit a notice of interest with the relevant details and a brief description of their capabilities, limited to five pages. They should also answer specific questions regarding their business size, website, access to required facilities, performance record, and organizational and technical skills. Additionally, they should describe their experience with similar complex work or outline their plans to meet the requirements by the contract award date. All submissions must be digitally signed and sent to the Contracting Officer and Contract Specialist by the deadline, which is 4PM Local Time in Washington D.C. on August 16, 2024. It's emphasized that this is a sources sought announcement, aiming to gather market information and not a request for proposals. The government will not respond to telephone inquiries, and no compensation will be provided for any efforts or materials submitted. For clarity, here are the contact details: Primary Contact: Zachary Sullivan Email: zachary.s.sullivan13.civ@us.navy.mil Phone: 2027815434 Secondary Contact: Brian Romano Email: brian.c.romano.civ@us.navy.mil Phone: 2027815282 All interested parties should refer to the provided enclosure, which outlines the expected work scope, and submit their responses accordingly.
REQUEST FOR INFORMATION (RFI) – ENGINEERING SERVICES, SUPPLIES, AND SUSTAINMENT/READINESS FOR SUPPORT OF THE AEGIS AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, RADAR TRANSMITTER GROUPS, AND ANCILLARY RADAR SYSTEM EQUIPMENT
Active
Dept Of Defense
REQUEST FOR INFORMATION (RFI) – ENGINEERING SERVICES, SUPPLIES, AND SUSTAINMENT/READINESS FOR SUPPORT OF THE AEGIS AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, RADAR TRANSMITTER GROUPS, AND ANCILLARY RADAR SYSTEM EQUIPMENT The Department of Defense, specifically the Department of the Navy, is seeking engineering services, supplies, and sustainment/readiness support for the AEGIS AN/SPY Radar System, MK99 Fire Control System (FCS), AN/SPS-49 Radar System, Radar Transmitter Groups, and ancillary radar equipment. These services and supplies are used to support the AEGIS AN/SPY Radar System, MK99 Fire Control System (FCS), AN/SPS-49 Radar System, Radar Transmitter Groups, and ancillary radar equipment including AEGIS Microwave Tubes. The Naval Surface Warfare Center, Crane Division located at Crane, IN intends to award a sole source Basic Order Agreement (BOA) and associated job orders to Raytheon Company. The procurement is being conducted on a sole source basis due to substantial duplication of costs and unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement for consideration, but the decision to compete this proposed contract action is solely within the discretion of the Government. Interested parties are encouraged to submit company and product literature, a white paper, and/or other pertinent information to demonstrate their capability to provide the engineering services and supplies required. The response to this RFI is not a commitment by the Government to issue a formal solicitation or award a contract. Interested parties must be properly registered in the Government System for Award Management (SAM) to receive an award. For more information, contact Ms. Susan Eckerle at telephone 812-381-7159 or email susan.k.eckerle.civ@us.navy.mil.
CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
Active
Dept Of Defense
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.