HORIZON REFERENCE SYSTEM (HRS) FOR LITTORAL COMBAT SHIPS (LCS)
ID: N6833525RFI0374Type: Sources Sought
Overview

Buyer

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

NAICS

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

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking information from potential vendors regarding the Horizon Reference System (HRS) for Littoral Combat Ships (LCS). This opportunity is categorized as a Sources Sought notice, aimed at identifying capable suppliers who can provide systems related to search, detection, navigation, guidance, and aeronautical and nautical instruments, as indicated by the NAICS code 334511. The HRS is critical for enhancing the operational capabilities of Littoral Combat Ships, which play a vital role in naval operations. Interested parties are encouraged to reach out to Kelly Gray at kelly.e.gray13.civ@us.navy.mil for further details and to express their interest in this procurement opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of various ship machinery, requiring seamless integration with the Hull, Mechanical and Electrical Local Area Network (HM&E-LAN), while adhering to stringent technical and security specifications. This initiative is crucial for enhancing operational readiness and safety aboard military vessels, ensuring compliance with federal standards for naval shipbuilding and modernization. Interested parties must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    HMR Helmet LRIP
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking to procure HMR Helmet Low Rate Initial Production (LRIP) under a special notice for a sole source contract. This procurement is set aside for 8(a) certified businesses and falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The HMR Helmet is a critical component for enhancing the safety and operational effectiveness of naval aviation personnel. Interested vendors can reach out to Christopher Woehrer at christopher.m.woehrer.civ@us.navy.mil or call 240-298-5938 for further details, while Jamie Billig is available at james.d.billig.civ@us.navy.mil or 301-757-6664 for additional inquiries.
    LCS FREEDOM-Class CY2026 - 2027 Dry Dock Capability
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking sources for the LCS FREEDOM-Class Dry Dock Capability for the calendar years 2026 to 2027. This procurement aims to identify qualified contractors capable of providing dry dock services essential for the maintenance and repair of combat ships and landing vessels, specifically under the NAICS code 336611. The successful contractor will play a critical role in ensuring the operational readiness of the fleet, which is vital for national defense. Interested parties should reach out to Vincenzo Bianco at vincenzo.l.bianco.civ@us.navy.mil or Brian Blasser at brian.w.blasser.civ@us.navy.mil for further information, with the opportunity being based in Jacksonville, Florida.
    SEE ATTACHED SOLICITATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for an unspecified procurement as detailed in the attached solicitation. The opportunity falls under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, indicating a focus on navigational instruments. These goods and services are critical for enhancing operational capabilities within naval operations. Interested vendors can reach out to Gerard Weiss at 215-697-3473 or via email at gerard.t.weiss.civ@us.navy.mil for further information regarding the solicitation.
    Sources Sought Notice for the LROI-COIL
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is issuing a Sources Sought Notice for the LROI-COIL project, aimed at identifying potential sources for optical instruments and related components. This procurement is focused on the manufacturing of systems and instruments used in search, detection, navigation, guidance, and aeronautical and nautical applications, which are critical for enhancing operational capabilities. The place of performance for this contract will be in Panama City Beach, Florida, and interested vendors are encouraged to reach out to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil or Luis Gely at luis.r.gely.civ@us.navy.mil for further information. The opportunity is categorized under NAICS code 334511 and PSC code 6650, emphasizing the importance of optical instruments in defense operations.
    Request for Information (RFI) for Long Range Tactical (LRT) Unmanned Aircraft Systems (UAS), PMA-263
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is issuing a Request for Information (RFI) regarding Long Range Tactical (LRT) Unmanned Aircraft Systems (UAS) under the PMA-263 program. This opportunity aims to gather insights and capabilities from industry stakeholders to inform the development and procurement of advanced unmanned aircraft systems that meet the operational needs of the Navy. The LRT UAS is critical for enhancing surveillance, reconnaissance, and operational effectiveness in various military applications. Interested parties are encouraged to reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information and to participate in this sources sought notice.
    Modernized Interferometry Laser System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes for a Modernized Interferometry Laser System, specifically high stability lasers and associated components from Hubner Photonics Inc. The procurement includes various items such as C-FLEX lasers and combining optics, with strict adherence to brand-name specifications and the requirement for vendors to provide authorization to sell these products. These advanced laser systems are critical for enhancing the Navy's operational capabilities, necessitating compliance with federal regulations regarding shipping and business practices. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil for further details, with a delivery timeline of 16 weeks from the order date to a designated government location in Norco, California.
    Seabed to Space Intelligence Surveillence Reconnaissance (S2ISR)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Pacific, is seeking information from potential vendors regarding the Seabed to Space Intelligence Surveillance Reconnaissance (S2ISR) initiative. This Sources Sought notice aims to identify capabilities and solutions related to research and development in the field of intelligence surveillance and reconnaissance, which are critical for enhancing national security and operational effectiveness. Interested parties are encouraged to reach out to Contract Specialist Bryan Mansfield at bryan.mansfield@navy.mil or by phone at 619-553-1356 for further details and to express their interest in participating in this opportunity.