PMA-281 Follow-On Multiple Award Contract
ID: N00019-25-R-0033Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, is seeking qualified contractors for the PMA-281 Follow-On Multiple Award Contract, which focuses on hardware and software development and sustainment for military strike planning and execution systems. The procurement aims to support the development, integration, deployment, and sustainment of various hardware and software products, including feasibility studies, technical documentation, and help desk support, essential for both domestic and Foreign Military Sales programs. This contract is critical for enhancing the operational capabilities of the armed forces and ensuring effective defense operations. Interested businesses should submit their capabilities statement by January 21, 2025, to the primary contacts, Shannon Pico and Jacob Leitch, at the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the PMA-281 Strike Planning and Execution Systems Portfolio, part of the U.S. government's federal RFPs and grants framework. Its primary focus is on systems related to military strike planning and execution, aimed at enhancing the operational capabilities of armed forces. The distribution of this document is categorized under Statement A, signifying its approval for public release without any access restrictions. This suggests the information is relevant for contractors and stakeholders involved in defense and military operations. The outlined systems are likely integral to addressing current and future military needs, potentially paving the way for innovations or improvements in strategic planning processes. Overall, this summary captures the essence of the document as a foundational element in the military procurement landscape, aligning with government objectives to ensure effective defense operations and collaborations.
    The document outlines a detailed inventory of various components, primarily focusing on the quantities, part numbers, and categories of the items, specifically within the framework of Commercial Off-The-Shelf (COTS) products and Direct Import (DI) items. The inventory includes over a hundred line items with specifications for parts like M39029 series, M83519 series, and others, noting the necessity for accurate documentation in government contracting, particularly related to federal grants and Request for Proposals (RFPs). This data serves both as a procurement tool and a compliance reference, ensuring all components meet required standards. The comprehensive cataloging of components hints at stringent sourcing protocols required for government contracts, centralizing control over supply chain integrity and maintaining serviceability in various operations. It indicates a commitment to adhering to federal guidelines in procuring materials essential for government projects. The meticulous nature of this inventory reinforces the importance of transparency and accountability in public procurement processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    ForeFlight Military Flight Bag Pro
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure the ForeFlight Military Flight Bag Pro, a mobile device product that includes both hardware and perpetual license software. This procurement aims to enhance operational capabilities for military aviation by providing advanced flight planning and navigation tools tailored for military use. The contract will be executed in California, with the primary contacts for this opportunity being Terrance Sandifer and Tasha Arestizabal, who can be reached via email or phone for further inquiries. Interested vendors should prepare to engage with the procurement process as details unfold.
    DRAFT NAWCAD WOLF SCMS SCRIF FOLLOW ON N00421-25-R-0057
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the DRAFT NAWCAD WOLF SCMS SCRIF FOLLOW ON contract (N00421-25-R-0057). The selected contractor will provide engineering and technical services to support the Special Communications Mission Solutions (SCMS) Division at the Webster Outlying Field (WOLF), focusing on the rapid installation of various Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) equipment. This procurement is critical for enhancing operational capabilities and ensuring effective integration and support of advanced communication systems. Interested parties can reach out to primary contact Vicki Mathis at vicki.m.mathis.civ@us.navy.mil or secondary contact Christopher K. Pennini at Christopher.k.Pennini.civ@us.navy.mil for further details.