ARUBA and NETGATE Components
ID: ARUBAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Fleet Logistics Center in San Diego, is conducting a market survey to identify qualified contractors for the procurement of components necessary to build 11 SEA2 kits for installation on 11 CNSP Forward Deployed Naval Forces (FDNF) ships. The components, which include various ARUBA and NETGATE items, are essential for ensuring compliance with cybersecurity standards as mandated by the PEO Digital Authority to Operate (ATO) and Security Technical Implementation Guides (STIGs). This procurement is funded by the Navy using FY25 Operations and Maintenance, Navy (O&MN) funding, and interested contractors must submit their qualifications, experience, and business size by 3:00 PM Pacific Standard Time on February 6, 2025, via email to Jennifer Stevens at jennifer.k.stevens7.civ@us.navy.mil. It is important to note that this is not a request for proposals, and submissions must adhere to specified formatting guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fleet Logistics Center, San Diego (FLCSD) is seeking to assess market interest and capability for a competitive acquisition to procure components for 11 SEA2 kits intended for installation aboard 11 CNSP FDNF ships. The components are funded by the Navy using FY25 O&MN funding and must comply with cybersecurity standards set by the PEO Digital Authority to Operate (ATO) and Security Technical Implementation Guides (STIGs). Interested contractors are invited to submit specific information related to their company, including experience with federal contracts and relevant qualifications, while indicating their business size and socioeconomic certifications. The submission requirements stipulate formatting and a deadline of 3:00 PM PST on February 6, 2025. It's clearly stated that this is not a proposal request, and submissions must be sent via email, with no hardcopy or fax options available. The document emphasizes a structured approach to gauge industry capabilities in supporting Navy operational needs.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    2040 Marine Synthetic Fenders, P-Shaped
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of P-shaped marine synthetic fenders. This acquisition is designated as a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which will be negotiated under FAR parts 12 and 13. The marine synthetic fenders are critical for maritime operations, providing essential protection and support for naval vessels at U.S. Naval Base Sasebo, Japan. Interested parties should prepare to submit their proposals by December 29, 2025, following the anticipated solicitation posting on SAM.gov around December 17, 2025. For inquiries, contact Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    Commercial Industrial Services (CIS) - Safety Nets - LPD Class Ship
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting quotes for commercial industrial services related to the installation of safety nets on the USS Anchorage (LPD-23). The contract requires the selected contractor to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight testing, and installation of 12 nylon trunk safety nets and associated safety hooks, adhering to strict safety and quality standards. This procurement is critical for ensuring the safety and operational readiness of the vessel, with a performance period scheduled from January 8 to January 23, 2026. Interested small businesses must submit their quotes by December 18, 2025, and can direct inquiries to Contract Specialist Edward Dean at edward.b.dean5.civ@us.navy.mil or Contracting Officer Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.
    PWB LIN SVO V AMPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.