Sweep-Up Spares
ID: N6833525R0388Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to enter into a sole-source firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production of RAST Sweep-Up Spares. This procurement will be executed with the Canadian Commercial Corporation (CCC), which will subcontract all work to Curtiss-Wright Indal Technologies, Inc. (INDAL), the Original Equipment Manufacturer (OEM) of the required spares. The items are critical for aircraft landing equipment, and the Government is seeking input from responsible sources to determine the feasibility of a competitive procurement process. Interested parties should submit their responses referencing N68335-25-R-0388 within 15 days of this notice, and inquiries can be directed to Joshua D. Swindell at joshua.d.swindell.civ@us.navy.mil or by phone at 240-587-2822.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sweep-Up Spares
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of Data Concentrator
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    RR-203/AL Chaff 5 Year IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the RR-203/AL Chaff 5 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement involves the supply of electronic countermeasures and related equipment, with specific requirements including First Article Testing (FAT), Lot Acceptance Testing (LAT), and Contractor Data Requirements Lists (CDRLs), all of which are to be delivered under FOB Destination and Origin terms. The goods are critical for military operations, enhancing the capabilities of defense systems against electronic threats. Interested vendors are encouraged to submit their offers, as the solicitation will be available no earlier than the response date for this presolicitation notice. For further inquiries, Brent Wagner can be contacted at brent.wagner2.civ@us.navy.mil or by phone at 771-229-0599.
    WING STATION CONTRO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of Wing Station Control components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with the expectation of a contract award following the established timelines and requirements detailed in the solicitation.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.
    N0038325PR0R874 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.