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
    Production Engineering Services for Japan ASEV and BMD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking production engineering services for the Japan Advanced Surface Engagement Vehicle (ASEV) and Ballistic Missile Defense (BMD) systems. The procurement aims to enhance the design and manufacturing processes associated with advanced fire control systems, which are critical for national defense and maritime operations. The services will be performed in Marlborough, Massachusetts, and interested parties can reach out to Robert Larkin at robert.j.larkin25.civ@us.navy.mil or by phone at 202-834-8330, or Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or 202-781-5631 for further details. This presolicitation notice indicates that the contract is part of ongoing efforts to maintain and improve defense capabilities.
    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.
    Missile Defense AE Services IDC 5.0 Combined Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineering and Support Center in Huntsville, is seeking qualified firms to provide a full spectrum of facility engineering and architectural services under an Indefinite Delivery Contract (IDC) in support of the Ballistic Missile Defense System. The objective of this procurement is to ensure comprehensive engineering services that align with the requirements set forth by the Mandatory Center of Expertise (MD-CX) for missile defense facilities. This contract is critical for maintaining and enhancing the infrastructure necessary for national defense initiatives. Interested firms must submit their responses by April 14, 2025, at 12:00 PM Central Standard Time, and can direct inquiries to Lashonda Smith at lashonda.c.smith@usace.army.mil or Tianna Love at tianna.r.love@usace.army.mil.
    Engineering and Obsolescence Support for Common Total Ship Computing Environment
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking to establish a sole-source contract with General Dynamics Mission Systems, Inc. (GDMS) for engineering and obsolescence support related to the Common Total Ship Computing Environment (C-TSCE). This five-year contract will encompass life cycle support services, including engineering, design, integration, testing, software development, and training specifically for the Littoral Combat Ship (LCS) and potentially other classes of ships. GDMS, as the Original Equipment Manufacturer (OEM) for the Independence variant's combat system, possesses the unique expertise necessary for this contract, which is being pursued under statutory authority for sole sourcing due to the absence of alternative suppliers. For further inquiries, interested parties can contact Ai Massey at ai.massey@navy.mil or by phone at 540-653-8864.
    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.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 2
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit proposals for the full-rate production, design agent engineering, and integration of the SEWIP AN/SLQ-32(V) system. This procurement aims to enhance electronic warfare capabilities by providing advanced electronic countermeasures and counter-countermeasures equipment, which are critical for naval operations. The place of performance for this contract will be in Washington, District of Columbia, and interested parties can reach out to Alexander Gosnell or Matthew Brimmer via their respective emails for further information. The presolicitation notice indicates that the contract will be awarded in accordance with the NAICS code 541512, focusing on Computer Systems Design Services.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking contractors for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration project. This presolicitation opportunity focuses on engineering services related to electronic countermeasures, which are critical for enhancing naval warfare capabilities. The work will take place in Washington, D.C., and is essential for maintaining the operational readiness and effectiveness of naval forces. Interested parties can reach out to Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil for further information.
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation notice for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with an option for an additional five-year ordering period, and interested parties are encouraged to monitor SAM.gov for the official solicitation release. For further inquiries, potential bidders can contact Ryan Brophy at ryan.p.brophy.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil.