Integrated Survey System (ISS-60) software suite
ID: RFI1701467Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, seeks industry feedback and capabilities statements for a critical oceanographic survey software system, named the Integrated Survey System (ISS-60). This software is integral to the operations of the Naval Oceanographic Office, enabling them to perform intricate military survey operations worldwide.

    The scope of work for this firm-fixed price contract includes maintaining, modernizing, and enhancing the ISS-60 software suite, ensuring backward compatibility while adding improved functionality and security. The focus is on implementing a modular approach to meet the complex requirements of this software, which is currently in operation aboard six T-AGS 60 class ships.

    The selected contractor will provide engineering services, including program management, systems engineering, and software development and testing. They should be prepared for at-sea testing and training, and will work closely with the Naval Oceanographic Office, requiring security clearances and adherence to operational security (OPSEC) protocols. The work involves adhering to stringent cybersecurity standards, including compliance with NIST SP 800-171 and STIG guidelines, and protecting covered defense information.

    Contractors interested in this opportunity must have a NAICS code of 541512 (Computer Systems Design Services) and a corresponding small business size standard of $34 million. In addition to basic company information, contractors are required to submit a technical capabilities statement based on the draft Performance Work Statement (PWS) provided.

    This sources sought notice is a preliminary step to assess the potential market for this project, and the government will not be obligated to award a contract based on the responses received. Interested parties must submit their applications by the deadline specified in the notice to be considered.

    For more details, prospective applicants can contact Nathan Jennings at nathan.s.jennings3.civ@us.navy.mil.

    Point(s) of Contact
    JOSEPH CALTAGIRONE 564-226-0669 JOSEPH CALTAGIRONE 564-226-0669 JOSEPH.P.CALTAGIRONE3.CIV@US.NAVY.MIL CORY GEORGESON 564-226-0698 CORY.J.GEORGESON.CIV@US.NAVY.MIL
    joseph.caltagirone@navy.mil
    Files
    Title
    Posted
    The Naval Oceanographic Office seeks a contractor to support the modernization, integration, and testing of the Integrated Survey System (ISS-60) survey software, a critical tool for oceanographic information collection and navigation. The goal is to enhance the software's functionality and security while ensuring backward compatibility. The contractor will provide engineering services, including program management, systems engineering, and software development and testing. These services aim to facilitate two major and six minor software releases, each undergoing rigorous testing phases. The process involves strict cybersecurity measures, including compliance with NIST SP 800-171 and STIG guidelines, and safeguarding covered defense information. Travel may be required for at-sea testing and training, with specified annual travel expectations outlined. The contract work is to be performed at the Naval Oceanographic Office and other government-designated locations. The government will provide the contractor with access to classified information and resources, requiring the contractor to maintain appropriate security clearances and adhere to OPSEC requirements. This procurement focuses on achieving an efficient and secure survey software system, with contractor services forming a key part of the solution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Development and Enhancements to NNOMPEAS (National Navigation Operation & Management Performance Evaluation & Assessment System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the development and enhancements of the National Navigation Operation & Management Performance Evaluation & Assessment System (NNOMPEAS). The primary objective of this procurement is to update and improve the existing functionalities of NNOMPEAS, which serves as a critical tool for analyzing waterborne commerce statistics and vessel operations. This initiative is vital for supporting project evaluations and operational management within U.S. coastal systems, ensuring effective resource management and economic analysis for navigation improvements. Proposals are due by September 13, 2024, and must be submitted electronically, with a firm fixed price contract to be awarded based on technical capability and a detailed work plan. Interested parties can contact Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil for further information.
    Sources Sought for Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services
    Active
    Dept Of Defense
    The Office of Naval Research (ONR) is conducting a Sources Sought announcement to assess market capabilities for Unison Acquisition Maintenance and System Support Services. This initiative aims to gather information on potential contractors who can provide essential services for the Unison Acquisition (PRISM) system, including software maintenance, database administration, and compliance with federal regulations. The contractor will play a critical role in ensuring operational efficiency and stability of the existing computing environment while preparing for the eventual decommissioning of the UNISON system. Interested parties must submit their capability statements, not exceeding five pages, by email no later than 12:00 pm local time, Washington D.C. on 13 September 2014, and can contact Alejandro Moreno at alejandro.moreno.civ@us.navy.mil or Shawn J. Ryan at shawn.j.ryan4.civ@us.navy.mil for further information.
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Purchase of an upgrade AERO-S software to apply fast acoustic scattering capabilities
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a qualified small business to provide an upgrade to the AERO-S software, which will enhance its fast acoustic scattering capabilities for partially axisymmetric submerged structures. The procurement aims to develop advanced functionalities for the software, including the creation of 2D and 3D models, verification of analyses, and the upgrade of the AERO-S manual, with results documented in a PowerPoint presentation. This software is critical for ongoing Navy projects, as it offers unique capabilities essential for acoustic and structural analysis that are not available in competing products. Interested parties must submit their quotes by September 11, 2024, and can direct inquiries to Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This procurement involves engineering services and hardware related to Submarine Acoustic Navigation Systems, with a total of approximately 196,800 man-hours anticipated over a five-year period. The contract is a follow-on to a previous award and is being pursued on a Sole Source basis due to Mikel, Inc.'s ownership of the relevant data developed under prior Small Business Innovation Research (SBIR) efforts. Interested parties may submit capability statements for consideration, with the Request for Proposal (RFP) expected to be released around September 2024. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or by phone at 401-832-5760.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment requirement, aimed at maintaining and enhancing the Navy's manpower and personnel systems. This procurement involves the operation, sustainment, and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, ensuring compliance with cybersecurity regulations and providing essential support services. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a total ceiling of $338 million, and proposals are expected to be submitted by August 1, 2024, with an award anticipated in March 2025. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    R--Risk Assessment and Development
    Active
    Dept Of Defense
    Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.
    Continue to augment the Corrosion Cracking Maintenance Prediction Software (CCMPS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for a follow-on contract to enhance the Corrosion Cracking Maintenance Prediction Software (CCMPS), originally developed under an Office of Naval Research program. The primary objective of this procurement is to refine the software framework and integrate additional material and structural input models to improve its predictive capabilities for corrosion and cracking in naval structures, particularly focusing on various aluminum alloys and ship classes. This software tool is crucial for optimizing maintenance operations within the Navy, ensuring the reliability and efficiency of naval assets. Interested small businesses must submit their quotes by September 10, 2024, and include necessary documentation such as pricing and a Cage Code. For further inquiries, potential contractors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    DRAFT DHS/CBP Commercial Solutions Opening - General Solicitation - NII Anomaly Detection Algorithm (ADA) - CSOP-BP-GS-23-0001
    Active
    Homeland Security, Department Of
    Sources Sought COMMERCE, DEPARTMENT OF NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) is conducting market research for the Mesonet Program. The program aims to fill gaps in the Nation's meteorological, hydrologic, and related environmental observing capabilities by obtaining meteorological observation data from existing surface-based observing networks called "mesonets". These observations will significantly improve the prediction of high-impact, local-scale weather events. The Government plans to award a single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price provisions based on a best value basis. The contract will have a period of performance of five years. Interested parties are requested to describe their technical capabilities and demonstrated tools, processes, and service capabilities. The anticipated NAICS code for this procurement is 518210 - Data Processing, Hosting, and Related Services, with a corresponding size standard of $35 Million. The response should be submitted in electronic Adobe Acrobat Portable Document File (PDF) format, limited to no more than five (5) pages. The deadline for submission is 5:00 PM Eastern Time on November 18, 2022. The primary point of contact is Nicole Frie, Contracting Specialist at Nicole.Frie@noaa.gov. The contracting office address is Norfolk Federal Building 200 Granby Street Norfolk, Virginia, and the place of contract performance is TBD Silver Spring, Maryland.
    FINAL: Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS). This procurement aims to engage qualified contractors who can provide instructor services to support the training systems related to navigation and ship-handling, which are critical for enhancing operational readiness and effectiveness of naval personnel. Interested parties who hold a FTSS V Lot 1 Multiple Award Contract (MAC) are encouraged to request the associated Request for Proposal (RFP) documents from the Contract Specialist, Rebecca Woods, at rebecca.a.woods2.civ@us.navy.mil or by phone at 407-380-4948. For further inquiries, John Lina can also be contacted at john.k.lina.civ@us.navy.mil or 407-380-4972.