Skip to main content

An official website of the United States government

You have 2 new alerts

Navigation Systems Engineering Agent (NSEA)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Dec 13, 2022 05:49 pm EST
  • Original Published Date: Nov 22, 2022 03:44 pm EST
  • Updated Response Date: Jan 13, 2023 11:59 pm EST
  • Original Response Date: Dec 30, 2022 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6605 - NAVIGATIONAL INSTRUMENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

13 December, 2022: Updated response deadline to 13 January, 2023

The Naval Sea Systems Command (NAVSEA) intends to issue a competitive solicitation for Navigation System Engineering Agent (NSEA) Production and Integration to support the PEO IWS 6 Navigation Program. The contemplated contract includes Navigation System Production requirements for the United States Navy and Foreign Military Sales customers, for the manufacture, assembly, test, integration, and repair of PEO IWS 6-managed Navigation Systems as well as the production of spares, Installation and Check-Out (INCO) kits, and ancillary equipment, and provision of associated engineering services.

The purpose of this contract is to support the production, repair, engineering, design, development and integration efforts for the Navigation System of Systems (NAV SoS) which collectively includes but is not limited to the following components: AN/WSN-12 Navigation Processor Module (NPM), Inertial Support Equipment Rack (ISER) Automated Celestial Navigation System (ACNS) Below Deck Equipment, Navy Electronic Charting Display Information System (Navy ECDIS) software and hardware, Navigation Critical Distribution System (NCDS), Situational Awareness Boundary Enforcement & Response – Navigation ((SABER-NAV) (the Navigation Cybersecurity Enclave)), Aircraft Inertial Alignment System (AIAS), and Digital Hybrid Speed Log (DHYSL) sensor system , Enhanced Control Display Unit (ECDU), Navigation Process Unit (NPU), Secondary Control Display Unit (SCDU), and Backup Heading Reference (BUHR).

NAVSEA will issue the formal solicitation associated with this notice electronically via the sam.gov website. Prior to the issuance of the formal solicitation for this procurement, NAVSEA invites industry to review and provide feedback on the attached draft portions of Sections B, and C. Additionally, NAVSEA is offering Industry the opportunity to access a Bidder’s Library containing technical data, inclusive of a Government-owned NSEA System Production technical data package (TDP), to promote a clearer understanding of the NSEA program and the solicitation requirements. As such, NAVSEA welcomes firms with an interest in accessing this Bidder’s Library to submit a request to the points of contact specified in this notice. Please reference “[COMPANY NAME] Request for Bidders Library N00024-23-R-5210 NSEA Procurement” in the subject line of the message.

The Government will provide each firm that requests access with a Terms of Use (TOU) agreement governing the handling of information contained in the Bidder’s Library. Upon receipt of a signed TOU agreement in response to this notice, the Government will validate that the submitter meets the minimum security requirements. Only firms that have requested and submitted an executed TOU agreement to the Government may gain access to the Bidder’s Library.

Please use the provided comment and question form and submit UNCLASSIFIED responses via email to camille.t.onate.civ@us.navy.mil and franklin.b.wood4.civ@us.navy.mil . Be sure to include the name of your company and reference N00024-23-R-5210 Draft Solicitation in the subject line of the message. The Government will not provide printed copies of the solicitation.

NAVSEA will accept feedback on the draft solicitation through December 30, 2022. All questions or comments submitted may be subject to public release. NAVSEA will consider all feedback received, but makes no guarantees that specific suggestions or recommendations will be incorporated into the final solicitation. As the posted documents are currently in a draft status, the content of the final solicitation is subject to change without notice. NAVSEA anticipates awarding a single contract containing fixed price and cost-reimbursement line items to the responsible offer or whose proposal is determined to offer the best value to the Government. The contemplated contract will consist of a base quantity of NSEA System Production first article requirements and stepladder-priced options for additional units over five (5) years.

This notice is associated with RFI N00024-22-R-5210 that was posted March 30, 2022.

Contact Information

Contracting Office Address

  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History