Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SPECIAL NOTICE

R -- Notice of Intent to Sole Source - Engineering and Obsolescence Support for Common Total Ship Computing Environment

Notice Date
8/18/2025 10:36:46 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPT OF THE NAVY
 
ZIP Code
00000
 
Solicitation Number
N00178-25-RFPREQ-DNA-0396
 
Response Due
8/29/2025 2:00:00 PM
 
Archive Date
09/16/2025
 
Point of Contact
Ai Massey, Phone: 5406538864, Ausra Zemaitiene
 
E-Mail Address
ai.massey@navy.mil, ausra.zemaitiene.civ@us.navy.mil
(ai.massey@navy.mil, ausra.zemaitiene.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Synopsis is being posted to satisfy the requirement under the Federal Acquisition Regulation 5.201 and Defense Federal Acquisition Regulation Supplement PGI 206.302-1(d). The Naval Surface Warfare Center Dahlgren Division (NSWCDD) in support of Dam Neck Activity (DNA), located in Virginia Beach, VA intends to establish a Basic Ordering Agreement (BOA) for engineering services and non-commercial items on a sole source basis to General Dynamics Mission Systems (GDMS) Inc., of 100 Plastics Ave, Pittsfield MA, 01201-3632. It is anticipated that Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) orders with a maximum value of $89M will be placed against the subject BOA during a five (5) year period from the date the BOA becomes effective. The primary services and items to be procured are to cover the overall in-service engineering and life cycle support for Common Total Ship Computing Environment (C-TSCE) variant system consisting of Command, Control, Communications, Computers, Combat Systems and Intelligence (C5I) critical engineering; design; integration; test and evaluation; software development, testing, and load; system upgrade/replacement planning onboard and at sites; logistics product development and distribution; configuration management of the systems and logistics products; as well as training systems. GDMS is the original equipment designer, developer and manufacturer of the Littoral Combat Ship (LCS) Independence variant shipboard electronic systems inclusive of the Integrated Combat Management System (ICMS), its interfaces, C5I elements, software applications, and network. As the OEM for the variant�s combat system, GDMS has the in-depth understanding of the system�s architecture which is required for the successful maintenance, upgrade and future integration efforts. GDMS has provided Combat Management System (MS) In-Service Engineering Agent (ISEA); supports, coordinates, monitors and executes installation activities; and provides follow-on maintenance operational support. Therefore, GDMS is the only source with the requisite knowledge, experience and technical expertise to provide all supplies and services associated with the C-TSCE requirements to be fulfilled under this BOA. The primary services to be acquired are the overall in-service engineering and Life-Cycle support required to cover C-TSCE, Integrated Combat Management System (ICMS), its interfaces, C5I elements, software applications, and networking environment hardware. The primary items to be acquired include hardware and software to support one-time lab set-up for First of Class configurations. Nonrecurring and recuring hardware; platform hardware; license management; hardware and software obsolescence management; and ad-hoc/emergent shipboard support will also be acquired under this BOA. THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" A determination by the Government not to compete this effort is solely within the discretion of the Government. All responsible sources may submit a capability statement, which shall be considered by NSWCDD. SAM.gov Sources Sought Notice N0017825Q0010 outlines the requirements associated with submitting a capability statement. Large and small companies that have experience with these services are encouraged to respond to this Notice NLT 08/29/2025 at 5:00 PM EST. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract, or to be responsible for any monies expended by any interested parties before award of a contract for the effort described above. This notice of intent is not a request for competitive proposals. Contracting Office Address: Naval Surface Warfare Center Dahlgren Division Contracts Division, Code 025 Dahlgren, Virginia 22448 United States Point of Contact: Ai K Massey Contract Specialist, Code 025 ai.k.massey.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34f213a920414384af4bce460bbda380/view)
 
Place of Performance
Address: Virginia Beach, VA 23461, USA
Zip Code: 23461
Country: USA
 
Record
SN07554573-F 20250820/250818230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.