Search Contract Opportunities

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

ID: N00178-25-RFPREQ-DNA-0396 • Type: Special Notice • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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

Background
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is issuing this solicitation 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.

The contract aims to support the overall in-service engineering and life cycle support for the Common Total Ship Computing Environment (C-TSCE) variant system, which includes critical Command, Control, Communications, Computers, Combat Systems and Intelligence (C5I) engineering. GDMS is recognized as the original equipment manufacturer (OEM) for the Littoral Combat Ship (LCS) Independence variant shipboard electronic systems, making them uniquely qualified to fulfill these requirements.

Work Details
The primary services and items to be procured under this BOA include:
1. Overall in-service engineering and life cycle support for the C-TSCE variant system.
2. Critical engineering tasks related to C5I systems including design, integration, test and evaluation, software development, testing, and loading.
3. System upgrade/replacement planning both onboard and at various sites.
4. Development and distribution of logistics products.
5. Configuration management of systems and logistics products.
6. Training systems development.
7. Hardware and software acquisition for one-time lab set-up for First of Class configurations.
8. Nonrecurring and recurring hardware support.
9. Platform hardware management.
10. License management for software applications.
11. Management of hardware and software obsolescence.
12. Ad-hoc/emergent shipboard support.

Period of Performance
The anticipated period of performance for this contract is five years from the date the Basic Ordering Agreement becomes effective.

Place of Performance
The contract will be performed primarily at Dam Neck Activity located in Virginia Beach, VA.

Overview

Response Deadline
Aug. 29, 2025, 5:00 p.m. EDT Past Due
Posted
Aug. 13, 2025, 7:38 a.m. EDT (updated: Aug. 18, 2025, 1:36 p.m. EDT)
Set Aside
None
Place of Performance
Virginia Beach, VA 23461 United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Sole Source
Est. Value Range
$89,000,000 (value based on agency estimated range)
Vehicle Type
Basic Ordering Agreement
On 8/13/25 Department of the Navy issued Special Notice N00178-25-RFPREQ-DNA-0396 for Notice of Intent to Sole Source - Engineering and Obsolescence Support for Common Total Ship Computing Environment due 8/29/25.
Primary Contact
Name
Ai Massey   Profile
Phone
(540) 653-8864

Secondary Contact

Name
Ausra Zemaitiene   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None None Profile ai.k.massey.civ@us.navy.mil None

Documents

Posted documents for Special Notice N00178-25-RFPREQ-DNA-0396

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Special Notice N00178-25-RFPREQ-DNA-0396

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N00178-25-RFPREQ-DNA-0396

Similar Active Opportunities

Open contract opportunities similar to Special Notice N00178-25-RFPREQ-DNA-0396

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

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY
FPDS Organization Code
1700-None
Source Organization Code
300000188
Last Updated
Sept. 16, 2025
Last Updated By
matthew.h.gutmann@navy.mil
Archive Date
Sept. 16, 2025