CROSS DOMAIN SOFTWARE SOLUTIONS
ID: N61340-FY26-IDIQ-0002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Computer Systems Design Services (541512)

PSC

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

    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking information from qualified vendors regarding the development of Cross Domain Software Solutions (CDSS). The primary objective is to identify capabilities that align with the Government's requirements for a controlled interface that facilitates the secure transfer of information across different security domains, which is critical for Live, Virtual, and Constructive (LVC) training environments. This initiative is vital for enhancing interoperability among training systems and ensuring effective command and control operations. Interested parties are encouraged to submit their qualifications and capabilities by July 15, 2025, to the primary contact, Julio Figueroa, at julio.figueroa.civ@us.navy.mil, or the secondary contact, Stephen C. Wagner, at Stephen.c.wagner10.civ@us.navy.mil.

    Files
    Title
    Posted
    The market research document seeks information from companies regarding their qualifications to develop classified software applications for the Department of Defense, particularly those related to cross-domain solutions. It inquires about experience with Government of The Shelf (GOTS) products and the implementation of agile software development practices. Companies are asked to describe their familiarity with the NSA's Raise-the-Bar requirements, specifically regarding their capabilities to establish certified development environments. The request also queries the availability of facilities and staff that comply with National Industrial Security Program standards, including security clearances. Additionally, respondents must assess their software development team's expertise in various programming languages and cybersecurity protocols, providing details on relevant certifications. Lastly, the document seeks to understand the capabilities for hardware and software procurement during development and ongoing support for GOTS products. This RFI is structured to gather detailed information to inform future contracting decisions related to defense software development projects.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    NAVWAR Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking innovative commercial technologies via a Commercial Solutions Opening (CSO) to enhance information warfare capabilities for naval and joint military operations. This initiative aims to procure solutions that align with specific Areas of Interest (AOI) related to NAVWAR's technology portfolios, utilizing a streamlined three-phase model that includes Solution Briefs, Pitch Sessions, and Proposal submissions. The CSO process, running from June 4, 2025, to June 3, 2030, emphasizes collaboration and encourages teaming arrangements among diverse entities, with evaluations based on the relevance, innovation, and technical feasibility of proposed solutions. Interested parties should submit unclassified solutions and comply with cybersecurity and intellectual property regulations, with further details available on the NAVWAR CSO website. For inquiries, contact Alexander Holtet at alexander.holtet@navy.mil or Christopher J Murr at christopher.j.murr.civ@us.navy.mil.
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.