OE-120B/UPX Software Update
ID: N00019-23-RFPREQ-TPM213-0216Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, AIRBORNE (5841)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to BAE Systems Information & Electronic Systems Integration, Inc. for the development and implementation of replacement software for the OE-120B/UPX system. The objective of this procurement is to port the updated software from Fedora 21 OS to a supported operating system that complies with Department of Defense cyber requirements. The OE-120B/UPX is critical for radar equipment used in airborne applications, and BAE Systems is the sole designer and manufacturer, justifying the sole source acquisition under 10 U.S.C. 2304(c)(1). Interested subcontractors may reach out to Dylan Gibaldi at BAE Systems for potential opportunities, and inquiries can be directed to primary contact Patricia Reed or secondary contact John Britt at their respective emails.

    Point(s) of Contact
    John Britt, Procuring Contracting Officer
    john.e.britt10.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    5865 - PROCESSOR GROUP
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair of two units of the K310A106-60 Processor Group, designated under NSN 7R5865014437566, specifically for Foreign Military Sales to Denmark. The repair work is sole source to BAE Systems, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities; however, all responsible sources are invited to submit capability statements or proposals for consideration. The items are critical for electronic countermeasures and require government source approval prior to contract award, with a submission deadline of 45 days from the publication of this notice. Interested parties should direct inquiries and submissions to Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking capable sources to provide support for the SEWIP Block 1B3, Block 2, and Block 3 programs supporting the AN/SLQ-32(V)6, AN/SLQ-32C(V)6, AN/SLQ-32(V)7, and future Scaled Onboard Electronic Attack (SOEA) configurations of electronic support, electronic attack systems/subsystems in functional areas such as: Build to Print Production, Design Agent Engineering, and System Integration for all variant configurations for the U.S. Navy and future Foreign Military Sale (FMS) partners. The service/item being procured is support for the SEWIP programs, which involve the production, engineering, and integration of electronic support and attack systems/subsystems for the U.S. Navy and potential foreign military partners.
    7B22 - NAVSUP WSS is anticipating the award of follow on 5 Year Basic Ordering Agreement (BOA) for the repair and spares coverage of the items identified in Attachment A (see attached).
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is anticipating the award of a follow-on 5-Year Basic Ordering Agreement (BOA) for the repair and spares coverage of specific items detailed in Attachment A. This procurement is critical as it involves flight-critical items that require Government source approval prior to contract award, with Northrop Grumman Systems Corp. being the only qualified source for these repairs. Interested vendors must submit the necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochure, to be considered for this opportunity. For inquiries, potential bidders can contact Peter Kobryn at 215-697-3972 or via email at peter.kobryn@navy.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    66--ELECTRONIC SYSTEM,T
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking a single vendor to procure an electronic system NSN 7R-6625-012703318-LA, a critical component required for ongoing naval operations. This system is essential for ensuring the effective functionality of their weaponry and defense mechanisms. Interested parties should contact Peter A. Kobryn at the provided email or phone number for more information and to submit their proposals before the deadline.
    70--COMPUTER SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer system identified by NSN 7R-7010-016951281-SX, with reference number 123SCSA9035, and a quantity of one unit. This procurement involves hardware and perpetual license software categorized under IT and Telecom, specifically for servers, which are critical for various defense operations and support systems. Interested vendors should note that the delivery is required FOB Origin, and for further inquiries, they can contact Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.