SHIP TO SHORE CONNECTOR (SSC) MAINTENANCE TRAINING SYSTEMS
ID: N6134024R0023Type: Sources Sought
Overview

Buyer

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

PSC

TRAINING AIDS (6910)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking potential sources to replace the Landing Craft Air Cushion (LCAC) family of trainers with the new Ship to Shore Connector (SSC) craft training solutions at training sites in Virginia Beach, VA and Camp Pendelton, CA. The estimated value of this effort is $10,000,000.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Amphibious Combat Vehicle (ACV) Crew Gunnery Trainer, Training Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information from vendors regarding the development of a Crew Gunnery Trainer (CGT) to enhance training for Amphibious Combat Vehicle (ACV) crews. The initiative aims to create immersive training systems that integrate with existing platforms, utilizing the Unreal Gaming Engine 5, and includes requirements for 3-D modeling, wireless linking of multiple CGTs, and support for diverse training scenarios. This procurement is crucial for improving training effectiveness and safety for ACV crews, with responses due by March 20, 2025. Interested parties should contact Shanna Laging at shanna.laging@usmc.mil or Matthew Mercer at matthew.mercer@usmc.mil for further information.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking potential sources for the production of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This Sources Sought notice aims to identify businesses capable of fabricating, assembling, testing, and delivering the LwLCCA, which is a passive planar array designed to enhance situational awareness and collision avoidance for submarines operating in high-density environments. Interested companies must demonstrate their technical capabilities and past performance related to similar projects, with submissions due by March 27 at 11:59 EDT to the designated contacts, Matthew Nalls and Zachary Cooper, via their provided email addresses. Access to the Draft LwLCCA Performance Specification is contingent upon signing a Terms of Use Agreement, emphasizing the importance of safeguarding sensitive information in compliance with federal regulations.
    TCS MS Increment II Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information through a Sources Sought notice for the TCS MS Increment II project, aimed at enhancing engineering services related to small craft. This opportunity invites qualified contractors to provide insights and capabilities that align with the objectives of the Marine Corps Systems Command (MARCORSYSCOM), which plays a critical role in ensuring operational readiness and effectiveness of military assets. Interested parties must be aware of the requirements for handling Controlled Unclassified Information (CUI), as outlined in the accompanying Non-Disclosure Agreement, which emphasizes the importance of safeguarding sensitive information. For further inquiries, interested vendors can contact Brittney Moore at brittney.moore@usmc.mil or Taylor Neal at taylor.n.neal@usmc.mil.
    3424 CELRC KENOSHA Tug Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Philadelphia District, is seeking sources for the replacement of the 3424 CELRC Kenosha Tug. This procurement aims to identify qualified contractors capable of providing the necessary shipbuilding and repairing services, as categorized under NAICS code 336611 and PSC code 1925 for special service vessels. The tug is essential for various operational tasks, underscoring its importance in maintaining the efficiency and effectiveness of military maritime operations. Interested parties should reach out to Michael J. Hunter at michael.j.hunter@usace.army.mil for further information regarding this sources sought notice.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of ship machinery, requiring seamless integration with the Hull, Mechanical, and Electrical Local Area Network (HM&E-LAN) while adhering to stringent safety and environmental standards. This procurement is crucial for enhancing operational readiness and safety aboard military vessels, with a focus on ensuring fail-safe operations and robust cybersecurity measures. Interested vendors must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.
    Recompete of the Command Aircraft Crew Training (CACT) for the Navy C-37B Platform
    Buyer not available
    The Department of Defense, specifically the Navy's NAWC Training Systems Division, is seeking proposals for the recompete of the Command Aircraft Crew Training (CACT) for the C-37B platform. This procurement aims to provide comprehensive flight training services, which are critical for ensuring the operational readiness and effectiveness of Navy personnel operating the C-37B aircraft. The solicitation includes several amendments and attachments that detail the performance work statement and responses to offeror questions, emphasizing the importance of adhering to the updated requirements. Interested parties can reach out to David Friedland at david.b.friedland.civ@us.navy.mil or Virginia Marquez at virginia.l.marquez.civ@us.navy.mil for further information, with the contract details and deadlines outlined in the solicitation documents.
    RIGHT TRAINING HDL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of training hardware and related services under the title "RIGHT TRAINING HDL." This opportunity focuses on acquiring goods and services classified under the NAICS code 336612, which pertains to boat building, and the PSC code 2040, related to marine hardware and hull items. The successful contractor will play a crucial role in supporting naval operations by providing essential training equipment that enhances operational readiness. Interested vendors can reach out to James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details regarding the solicitation process.