HORIZON REFERENCE SYSTEM FOR ARLEIGH BURKE-CLASS GUIDED MISSILE DESTROYERS, CONSTELLATION-CLASS FRIGATES, AND FREEDOM AND INDEPENDENCE-CLASS LITTORAL COMBAT SHIPS
ID: N6833525R0435Type: Presolicitation
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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified contractors for the procurement of Horizon Reference Systems (HRS) for various Navy vessels, including Arleigh Burke-class guided missile destroyers, Constellation-class frigates, and Freedom and Independence-class littoral combat ships. This initiative aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) to support both new acquisitions and retrofitting of legacy systems on existing vessels. The planned ordering period for the contracts is set for one base year with four additional one-year options, totaling five years, with the first task order to be awarded concurrently with the MAC. Interested parties can find further details and updates on the draft solicitation, expected in Q1 FY2026, on PIEE and SAM.gov, and may contact Kelly Gray or Melissa Bucci via email for additional information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government intends to compete for a requirement and will release a draft RFP, including sections L and M, with an updated System Specification and Performance Work Statement (PWS) to address various technical details. While a current failure rate for the HRS system cannot be provided, reliability requirements are outlined in the existing System Specification, with more information expected in the draft RFP. Key areas to be clarified in the draft RFP include gyroscope interface requirements (e.g., ethernet, NMEA format, cybersecurity considerations, roll information, update rate), the interface between the existing controller and the horizon reference bar, and the intended light color for the horizon reference bar. Additionally, the draft RFP will define "higher roll angle," invalid packet rules, power verification methods, and datum/reference bar intensity. The government confirmed that a Built-In Test (BIT) on activation is not required if continuous monitoring reports all detectable faults, and the "Lighted Reference Bar" includes the length of the datums. Other aspects, such as interior painting, Alodine coating interaction with specifications, EME testing limits, and system behavior upon power restoration, will also be further detailed in the updated System Specification within the draft RFP.
    The Naval Air Warfare Center, Aircraft Division (NAWCAD), Lakehurst, plans an Unrestricted Full and Open Competition for Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) to procure Horizon Reference Systems (HRS) for various Navy vessels. This initiative, managed by Program Manager Air (PMA) 251, will support future Air Capable Ships, including Freedom and Independence Class Littoral Combat Ships, Arleigh Burke Class Guided Missile Destroyers, and Constellation Class Frigates. The MACs may also cover retrofitting legacy HRS on DDG, FFG, or Ticonderoga Class Guided-Missile Cruisers. The planned ordering period is a one-year base with four one-year options, totaling five years. The first task order will be awarded concurrently with the MAC. The NAICS code is 334511, and the PSC is 1710. A draft solicitation is expected in Q1 FY2026, with all documents available on PIEE (https://piee.eb.mil) and SAM.gov. This announcement is for informational purposes only and does not constitute a contract or commitment.
    Similar Opportunities
    Redacted Class Jusitfication & Approval 21,936 for DDG 1000 and DDG 1001 Modernization Period Planning
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Class Justification and Approval for the modernization and maintenance of USS ZUMWALT (DDG 1000) and USS MICHAEL MONSOOR (DDG 1001), limiting competition to Huntington Ingalls Incorporated (HII), Ingalls Shipbuilding Division. The procurement focuses on the removal of Advanced Gun System mounts and the installation of Conventional Prompt Strike capable Large Missile Vertical Launch Systems on both destroyers, with modernization for DDG 1000 scheduled from October 2023 to June 2025, and for DDG 1001 from FY26 to FY28. This acquisition is critical due to the technical complexity involved and the need to avoid operational delays, as alternative sources lack the necessary experience and resources, which could jeopardize the project timeline and efficiency. Interested parties can contact Christopher Pellecer at christopher.pellecer@navy.mil or Devon Peck at devon.l.peck.civ@us.navy.mil for further information, with the acquisition valid until September 30, 2028.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    AN/SPY-6(V) Production RFI/Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6 radar variants, which include the Air and Missile Defense Radar (AMDR) and the Enterprise Air Surveillance Radar (EASR). The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the production and integration of these advanced radar systems, which are critical for naval vessels such as destroyers and aircraft carriers. Interested companies are encouraged to participate in upcoming industry days and provide feedback on the draft solicitation, with the first industry day scheduled for December 15, 2025, and a deadline for feedback on the draft sections set for January 19, 2026. For further inquiries, companies may contact Spencer Bryant or Alexander Gosnell via email.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.
    Specification Development & Availability Execution Support (SDAES) Intent to Consolidate
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to consolidate the contract requirements for Specification Development and Availability Execution Support (SDAES) related to various classes of in-service ships. This consolidation aims to streamline the development of work specifications for ship repair, enhancing standardization and sustainability across the portfolio of work for classes including CG, DDG, LHD, LHA, LSD, LPD, and LCS. The initiative is designed to improve quality, schedule adherence, and fleet readiness, ultimately benefiting the Government through measurable efficiencies. For further inquiries, interested parties may contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil, though this announcement does not constitute a solicitation or commitment to award a contract.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.