Air Traffic Control & Landing Systems (ATC&LS), Precision Approach Landing Systems (PALS) Hardware and Services
ID: N00421-23-RFPREQ-4K0000T-1223-2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

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

PSC

MODIFICATION OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (K017)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking information from potential sources regarding the capabilities for the AN/SPN-35/46 Precision Approach and Landing System (PALS) and Unmanned Aerial Vehicle (UAV) Common Automatic Recovery Systems (UCARS), along with associated equipment maintenance and upgrades. This procurement aims to ensure the operational readiness of these systems, which are critical for the automatic landing of F/A-18 aircraft and the FireScout UAV on land and at sea. The anticipated contract type is a single-award basic ordering agreement, with task orders expected to be awarded in December 2024. Interested vendors must submit their capabilities statements by October 21, 2024, to Cameron Ward at cameron.d.ward4.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    16--FLIGHT MANAGEMENT C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 36 units of a specialized flight management component, identified by NSN 7R-1680-016466153-P8. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract will be awarded based on qualifications, with proposals due within 45 days of the notice, and interested parties should contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details.
    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.
    66--COMPUTER,FLIGHT CON
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical commercial item, identified by NSN 7R-6615-016276036-P8 and reference number 822-1604-102. The contract involves the delivery of one unit, with the stipulation that government source approval is required prior to award, as the item is deemed critical for flight operations and may not be available for full and open competition. Interested vendors must provide comprehensive documentation to demonstrate their capability and experience in producing similar items, as well as comply with the Source Approval Information Brochure requirements. Proposals must be submitted within 45 days of the notice, and interested parties can contact Sara M. Hojnowski at (215) 697-2198 or via email at SARA.HOJNOWSKI@NAVY.MIL for further information.
    Electromagnetic Aircraft Launch System (EMALS) Depot Standup Phase II
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide depot repair and overhaul capabilities for the Electromagnetic Aircraft Launch System (EMALS) as part of the Depot Standup Phase II for Ford Class carriers. This procurement involves comprehensive logistics support, including the development of technical data, diagnostic capabilities, and support equipment requirements, aimed at ensuring operational readiness for the Ford Class carriers by FY28. The contract is expected to be awarded in June 2025, with performance extending through June 2027, and interested parties must submit their capability statements by 4:00 PM (EST) on October 14, 2024, to the designated contacts, Jacob Halowell and Margo O'Rear, via email.
    59--Procurement of 7R Spares used in support of the P-8.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors to manufacture NSN 016297331, P/N 9003500-10905, NRP, TCAS MCU Computer, for the P-8 Aircraft. The Government does not possess the necessary data for manufacturing the item. All responsible sources may express their interest and provide capability statements in response to this notice.
    16--ACTUATOR,AUTOPILOT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Actuator, Autopilot, under a sole source contract with The Boeing Company. The requirement includes the repair of three units of NSN 7R-1680-016688487-P8, with no available drawings or data for alternative sourcing, as The Boeing Company is the Original Equipment Manufacturer (OEM) and the only known source for this repair part. This actuator is critical for the operation of various aircraft systems, and the procurement process will follow FAR Part 13 procedures, with an anticipated award date in March 2025. Interested parties may submit their capabilities and qualifications via email to Dylan E. Payne at Dylan.E.Payne@navy.mil, with proposals due within 45 days of the notice publication.
    AN/ALQ-99 Low Band Consolidation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential vendors capable of manufacturing Low Band Consolidation (LBC) Transmitters, repairing Government Furnished Material (GFM) components, and procuring LBC spares. This sources sought notice is intended for market research purposes only and does not constitute a request for proposal; therefore, no funding is available for responses. The anticipated contract will be a Firm Fixed Price (FFP) agreement with a performance duration of up to 60 months, expected to commence no later than December 2025. Interested vendors must submit detailed capability statements, demonstrating their ability to meet program management, engineering management, and testing requirements, while also highlighting their capacity to perform at least 50% of the work as a small business if applicable. For inquiries, vendors can contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@navy.mil.
    17--BARREL ASSEMBLY,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of new spare parts, specifically a Barrel Assembly for aircraft landing equipment. This procurement is critical as the components are classified as Flight Critical, requiring engineering source approval from the Naval Air Systems Command, and are essential for the safe launch and recovery of aircraft on naval vessels. Interested vendors must submit their quotes, including unit prices and lead times, by 2:00 PM EST on October 15, 2024, with the expectation that the award will be made based on evaluation criteria including lead time, price, past performance, and capacity. For further inquiries, potential bidders can contact Katlyn Galetto at KATLYN.GALETTO@NAVY.MIL or by telephone at 215-697-6549.
    16--NRP,CONTROL PANEL C, IN REPAIR/MODIFICATION OF
    Active
    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 Control Panel C, identified by NSN 7R-1680-016102356-E7, with a quantity of 8 units required. This procurement is critical for maintaining operational readiness and ensuring the functionality of miscellaneous aircraft accessories and components. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities within 45 days of this notice. For further inquiries, interested vendors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    Small Business Set-Aside for Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicle (UAV). Review All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from small businesses for the procurement of Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicles (UAVs) and associated components. This procurement includes three hexacopters, twelve pairs of foldable quick-release propellers, two battery kits, and one Gremsy VIO F1, all of which are essential for enhancing operational capabilities in research, development, testing, and evaluation programs. The requirement is brand-specific due to compliance and security certifications, ensuring that the equipment meets Department of Defense standards. Interested vendors must submit their quotes by October 9, 2024, at 11 AM Central Time, to Jamell Kilgore at jamell.kilgore@navy.mil, with a total estimated value not exceeding $250,000 and delivery expected within six months post-award.