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
    Inertial Navigation System (INS) System Design Agent (DA), Engineering Support (ES), and Production INS DA/ES-P
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the Inertial Navigation System (INS) Design Agent and Engineering Support (DA/ES) for the next generation INS, designated the AN/WSN-12. This opportunity aims to identify potential sources capable of modernizing and producing the INS, which is critical for precise navigation in naval vessels, particularly in environments where GPS data is unreliable. The selected contractor will be responsible for engineering support, system design, and manufacturing, with project activities anticipated to commence in Fiscal Year 2026 and continue through FY 2031, requiring the delivery of the first INS shipset by the fourth quarter of 2026. Interested parties must submit their responses to the Request for Information (RFI) by email to the designated contacts, Janel Duval and Tiffany Wulfsohn, within 30 days of the notice publication, ensuring compliance with security requirements and submission guidelines.
    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.
    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.
    IX527 Barge Overhaul Sources Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential contractors for the IX527 Barge Overhaul, as outlined in a Sources Sought Notice. The project involves comprehensive work on the IX527 Barge, a specialized research asset permanently moored in Alaska, which includes dry docking, structural modifications, painting, piping and electrical system repairs, and safety upgrades, with availability scheduled from May 26 to July 6, 2025. This initiative aims to engage small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, to assess the feasibility of a set-aside acquisition while ensuring alignment with project requirements. Interested parties must submit their responses by September 23, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-469-6784 for further information.
    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 secure contractor instructor services to enhance training systems related to navigation and seamanship, which are critical for operational readiness and effectiveness in naval operations. Interested parties, particularly FTSS V Lot 1 MAC holders, are encouraged to request the associated RFP documents from the Contract Specialist, Rebecca Woods, at rebecca.a.woods2.civ@us.navy.mil, with questions due by September 17, 2024. The procurement process will be informed by the qualifications and past performance of the bidders.
    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.
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to provide private sector workload forecasts for surface ship maintenance from Fiscal Year 2023 to Fiscal Year 2026. The objective is to communicate aggregate ship maintenance demand to industry partners, facilitating planning and resource allocation without constituting a request for proposals or contract commitments. This information is crucial for contractors to align their capabilities with the U.S. Navy's operational needs, as it reflects the dynamic nature of maintenance schedules influenced by ongoing budget negotiations and operational commitments. Interested parties can reach out to LT Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with updates on future workload projections expected to be posted on SAM.gov.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    D--Information System operational and technical services Sources Sought
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking a contractor to provide Information System (IS) operational and technical services for the Maritime Operations Center (MOC) and the Theater-Joint Force Maritime Component Commander (T-JFMCC) at the U.S. Pacific Fleet Headquarters (COMPACFLT or CPF), HI. The services will be provided in accordance with DoD security, governance, and technical policies within defined DoD approved networks and configurations. The base performance period is anticipated to be from May 1, 2018, to April 30, 2019, with three one-year option periods thereafter. This requirement is projected to be a competitive 8(a) set-aside. The NAICS code for this acquisition is 541519 - Other Computer Related Services and the Federal Supply Code/Product Service Code is D399 - IT and Telecom- other IT and Telecommunications. Interested parties should submit company information, business size, socioeconomic status, and a capabilities statement by January 3, 2017.