MQ-4C PAO Cart Accessories
ID: N6833525Q0220Type: Presolicitation
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center - Aircraft Division (NAWCAD), is seeking to procure specialized accessories for the MQ-4C PAO Cart, which includes a Particle Counter (P/N 1062479) and a Water Sensor (P/N 1187781). This procurement is intended to support the United States Navy and the Royal Australian Air Force's MQ-4C Unmanned Air Systems Programs, highlighting the critical role these components play in operational readiness and safety. The acquisition will be conducted on a sole-source basis with TLD ACE Corp as the Original Equipment Manufacturer, and interested parties are invited to submit responses within fifteen days of the notice publication. For further inquiries, Mark Schnittman can be contacted via email at mark.a.schnittman.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    FY27-FY32 Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract for MQ-9A Block 5 Reaper Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential sources for a Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the MQ-9A Block 5 Reaper Unmanned Aircraft System (UAS). The procurement aims to provide essential materials, spares, support equipment, training, engineering support, and logistics necessary for the operation and maintenance of the Marine Air Ground Task Force (MAGTF) Unmanned Aircraft Systems (UAS) Expeditionary Medium Altitude Long Endurance (MALE) program. This initiative is critical for ensuring the operational readiness and capability of the MQ-9A aircraft, which plays a vital role in military operations by facilitating real-time intelligence and mission-critical communications. Interested parties are encouraged to submit their capability statements by January 17, 2026, to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil, as the government will consider all submissions for potential competitive procurement opportunities.
    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.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    28--SHROUD,TAILCONE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a SHROUD, TAILCONE, which is a critical component of the ADCAP Mechanical system. This procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the solicitation, with an emphasis on quality assurance and compliance with military standards. The successful contractor will be responsible for delivering a total of 24 units, with a desired delivery timeline of 12 weeks for each of the two line items specified. Interested vendors should contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    ACCESSORY PORT MANI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime in Albany, is seeking proposals for the procurement of 10 units of the Accessory Port Mani, identified by NSN 1385-01-676-6360. This item is a sole source requirement from Teledyne FLIR (CAGE 7KJ69) and will be solicited under FAR Part 15, Contracting by Negotiations, with a delivery requirement of 30 days. The solicitation will be available on DIBBS starting December 29, 2025, and interested suppliers are encouraged to submit their proposals electronically via DIBBS or by email to the Acquisition Specialist, Cerita Sellers, at Cerita.Sellers@dla.mil. Proposals must be in English and in US dollars, with a focus on price, past performance, and delivery for evaluation.
    1680 - Procurement of NSN 1680 LLF02N769; P/N 809014-5
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is conducting a Sources Sought Notice to identify contractors capable of manufacturing new spares or providing commercially certified overhauled parts for NSN 1680 LLF02N769, P/N 809014-5, used on the P-8A Poseidon aircraft. The procurement aims to source an unmodified commercial common item, which is critical for the operational capabilities of the P-8A, a maritime patrol aircraft derived from the Boeing 737-800. Interested small businesses, including service-disabled veteran-owned, HUBZone, and 8(a) certified firms, are encouraged to respond by December 24, 2025, at 4:30 PM Eastern Time, by emailing Jack W. McLaughlin at jack.w.mclaughlin6.civ@us.navy.mil, as the results will inform the procurement method, which may be set aside for small businesses or opened to full competition.
    Controller W, AIRPR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    66--TRANSDUCER,AIR DATA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.