NAWCAD WOLF-Intent to Sole Source Vehicle Mount Assembly
ID: N0042126Q1054Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure two Vehicle Mount Assemblies (NGMP/VMS, Single units) from L3Harris Technologies, Inc. under a sole-source solicitation (N0042126Q1054). This firm fixed-price procurement, authorized by FAR Part 12 and FAR Part 13, is essential for supporting military operations that require reliable communication equipment. Interested vendors who are authorized distributors of L3Harris Technologies must submit their proposals via email to Gabrielle McKee by January 13, 2026, at 4:00 PM EST, with delivery expected by December 30, 2026, to the Naval Air Warfare Center in St. Inigoes, MD. For further inquiries, vendors can contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil or Colleen G. Coombs at colleen.g.coombs.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) N0042126Q1054, issued by the Naval Air Warfare Center Aircraft Division, is a sole-source solicitation to L3Harris Technologies, Inc. for two Vehicle Mount Assy, NGMP/VMS, Single units (Manufacturer's Part Number: 12247-0100-02) and associated shipping. The procurement is on a firm fixed-price basis, authorized by FAR Part 12 and FAR Part 13. Interested vendors who are authorized L3Harris Technologies, Inc. distributors may submit proposals by January 13, 2026, at 4:00 PM EST via email to Gabrielle McKee. All offerors must be registered in SAM.GOV. The RFQ includes detailed clauses regarding item unique identification (IUID), electronic invoicing through Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses concerning contract terms, conditions, and representations. Delivery is required by December 30, 2026, to the Naval Air Warfare Center Aircraft Division in St. Inigoes, MD, with inspection and acceptance at the destination.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    N0038326PR0R036 FMS_REPAIR
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a specific item identified by NSN 800162190, under the title 'N0038326PR0R036 FMSREPAIR'. The requirement involves the delivery of one unit, with the associated Technical Data Package (TDP) version 001, and the delivery terms are FOB (Free on Board). This procurement is crucial for maintaining operational readiness and support for aircraft systems, highlighting the importance of reliable aircraft parts and auxiliary equipment. Interested vendors should direct their inquiries to Mackenzie Cannataro or Dylan Payne at dylan.e.payne.civ@us.navy.mil for further details regarding the solicitation process.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    N0038326PR0R292-FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of a radar set, specifically part number 7288296G3, from Lockheed Martin. This procurement is critical as Lockheed Martin is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support for this item, which is vital for airborne radar equipment. Interested parties have 15 days to express their interest and capability to meet the government's requirements, with a proposal submission deadline of 45 days from the notice publication. For further inquiries, interested organizations may contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure ten Mount Assemblies (Part Number 70203-22100-042, NSN 1560-01-HS2-1302) for MH-60T aircraft through a sole source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). These assemblies are critical for routine maintenance due to issues such as failures, corrosion, and damage, and are the only components approved by the USCG's Aircraft Configuration Control Board, necessitating direct procurement from the manufacturer. Interested parties may submit quotations to the primary contact, Cindy Harmes, at Cindy.K.Harmes@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil, with a response deadline extended to January 12, 2026, at 2:00 PM EST. The procurement is unrestricted, and the delivery is requested within 174 days after receipt of order.
    16--MANIFOLD ASSEMBLY,H
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure six units of the Manifold Assembly, H, under a sole source contract with Sikorsky Aircraft Corp. This procurement is specifically for a spare requirement identified by National Stock Number (NSN) 1R-1650-013454876-KH and Part Number 70652-02250-056, which is critical for aircraft hydraulic systems. The solicitation is expected to be issued on January 13, 2026, with a response deadline of February 12, 2026, and interested parties are encouraged to submit capability statements to the primary contact, Taylor M. O'Connor, via email at taylor.m.oconnor2.civ@us.navy.mil. This opportunity is not set aside for small businesses, and the government intends to negotiate with only one responsible source due to the specialized nature of the requirement.
    Part Number 001-008702-1001-51
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for part number 001-008702-1001-51, specifically NSN 5865017064209, on a sole source basis from Northrop Grumman Systems Corp. This procurement is critical as the part is essential for electronic countermeasures, and Northrop Grumman is the Original Equipment Manufacturer (OEM) with exclusive rights to provide the necessary repair support. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on January 20, 2026, and closing on February 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil or by phone at (215) 697-5047.
    USNS POINT LOMA ECDIS DIRECT CONNECT MATERIAL
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a Sources Sought Notice to identify small businesses capable of supplying a video extender (P/N VL-66213) and a power supply (24 VDC, P/N 008-555-680) for the USNS POINT LOMA. This procurement is aimed at enhancing the ship's electronic navigation and communication systems, which are critical for operational effectiveness. Interested small businesses, including Service-Disabled Veteran-Owned, HUBZone, and 8(a) firms, are encouraged to submit a brief capabilities package by January 9, 2026, at 4:00 PM EDT, as this notice serves as a market research tool rather than a solicitation. For further inquiries, interested parties may contact Matias Parker at matias.l.parker.civ@us.navy.mil or Jerica Bray at jerica.e.bray.civ@us.navy.mil.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Request for Interested Manufacturers: Radio Frequency Amplifier, AN/ALQ-172 Redesigned Line Replaceable Unit (LRU)-4 Countermeasures Transmitter, Redesigned LRU-8 Phased Array Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify manufacturers capable of producing the Radio Frequency Amplifier, AN/ALQ-172 Redesigned Line Replaceable Unit (LRU)-4 Countermeasures Transmitter, and Redesigned LRU-8 Phased Array Antenna. These components are critical for enhancing the operational capabilities of the ALQ-161 Electronic Warfare System, which is designed to detect and respond to enemy threats by amplifying RF signals and providing electronic protection for aircraft. The DLA intends to award a sole source contract to L3Harris Technologies, Inc. due to their unique expertise and ownership of necessary technical data, with interested parties encouraged to express their capabilities by February 2, 2026, via email to Todd Stimus or Charles Duckworth. This opportunity is not a request for proposals, and no funds are available for response preparation.
    NAWCAD WOLF-Intent to Sole Source Radar Data Digital Recorder for AN/SYY-1
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure four Ruggedized 32 Channel Voice and Radar Data Digital Recorders (Manufacturer's Part Number: NVRR3200) on a sole-source basis from Trivium Solutions for the AN/SYY-1 system. This firm fixed-price procurement requires that all offerors be registered in the SAM.GOV database, and if not Trivium Solutions, they must be authorized distributors with appropriate documentation. The goods are critical for enhancing radar data recording capabilities, and the delivery is expected by July 31, 2026, to the Naval Air Warfare Center in St. Inigoes, Maryland. Interested vendors must submit their quotes by January 13, 2026, at 4:00 PM EST, and can contact Gabrielle McKee or Colleen G. Coombs for further information.