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
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 7:00 PM UTC
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.
Jan 23, 2025, 7:04 PM UTC
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
1680 - Requirements contract with a five-year ordering period for spares and repairs in support of the FA-18 E-F Super Hornet and EA-18 G Growler MPCDR and UFCD for the USN and Foreign Military Sales.
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for a requirements contract with a five-year ordering period for spares and repairs related to the F/A-18 E-F Super Hornet and EA-18 G Growler aircraft. This contract specifically focuses on the Multipurpose Color Display Replacement (MPCDR) and Up-Front Control Display Replacement (UFCDR) components, which are critical for maintaining operational readiness for both U.S. Navy and Foreign Military Sales customers, including nations such as Australia, Finland, and Kuwait. Contractors will be responsible for adhering to strict quality control measures, managing repairs, and ensuring timely delivery of services and supplies, with an emphasis on compliance with government standards. Interested parties should contact Jose F. Montes at 215-697-2558 or via email at jose.f.montes@navy.mil for further details regarding the solicitation.
MULTIFUNCTIONAL CON
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of multifunctional components under the contract titled "MULTIFUNCTIONAL CON." This procurement aims to ensure the timely repair and maintenance of aircraft parts, adhering to strict quality and inspection standards, with a focus on returning items to a Ready for Issue (RFI) condition. The contractor will be responsible for all necessary repairs, upgrades, and testing, utilizing their own facilities and resources, while complying with various military standards and documentation requirements. Interested parties can contact John A. Maier at 215-697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further details regarding the solicitation process.
1270 - OTHER ELECTRONIC COMPONENT MANUFACTURING
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources to provide repairs for a specific electronic component used in the F-18 aircraft, identified by NSN: 7RE 1270 014342722 GF and P/N: 82371-01. The procurement aims to identify parties capable of supplying the necessary labor, materials, and facilities for these repairs, with the intention to negotiate with only one source under FAR 6.302-1. This component is critical for aircraft gunnery fire control, underscoring its importance in maintaining operational readiness. Interested parties must submit capability statements by 4:30 PM Eastern Time on April 28, 2025, and should note that source approval is required prior to contract award, with additional information available at the NAVSUP website. For inquiries, contact John Maier at 215-697-4020 or via email at john.a.maier11.civ@us.navy.mil.
RAPID_MAC_FORECAST_FEBRUARY_2025
Buyer not available
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.
MAST INTERFACE CONT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a MAST Interface Controller, under the NAVSUP Weapon Systems Support Mechanical office. This contract involves the manufacture and supply of the MAST Interface Controller, identified by part number N151986-1, with specific quality assurance and inspection requirements outlined in the solicitation. The goods are critical for military operations, ensuring the functionality of various systems within the Navy's arsenal. Interested contractors should direct inquiries to James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines for submission.
14--ADAPTER ASSEMBLY,MI
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors to procure 55 units of the Adapter Assembly, MI, specifically for the F18 E/F Fighter Aircraft. This procurement is under the authority of FAR 6.302-1, indicating that the government intends to negotiate with a single source, The Boeing Company, due to the lack of available data for repairs or manufacturing of the item. Interested parties must submit capability statements within 15 days of this notice, and source approval is required for participation in the procurement process. For further inquiries, contractors can contact Vlad Maksimchuk at vladimir.maksimchuk.civ@us.navy.mil or by phone at (215) 697-3533.
MULTIFUNCTIONAL FLI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of multifunctional flight line items. This opportunity involves the acquisition of miscellaneous aircraft accessories and components, categorized under NAICS code 336413. The goods are critical for maintaining operational readiness and supporting various naval aviation missions. Interested vendors can reach out to Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO.CIV@US.NAVY.MIL for further details regarding the solicitation process and requirements.
M Series Operational Flight Program (OFP) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operational flight program (OFP) support for the F-16 Modular Mission Computer (MMC) as part of a five-year contract initiative. The procurement aims to identify sources capable of delivering and integrating software development, maintenance, and support for various components including the Board Support Package (BSP), Built In Test (BIT), middleware, and firmware necessary for the M Series OFP updates. This capability is critical for enhancing situational awareness and tactical response in combat environments, ensuring that the F-16 aircraft remain effective against evolving threats. Interested parties must submit their qualifications and relevant experience to Kali Miller at kali.miller@us.af.mil and Marcella Iverson at marcella.iverson@us.af.mil within 30 calendar days of this notice, as the government does not intend to award a contract based on this request for information.
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.
FMS REPAIR - FPMU STEPUP GEARBOX
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the FPMU Stepup Gearbox, specifically NSN: 1680-015612347, from Triumph Gear Systems. This procurement is critical as Triumph Gear Systems is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support for this component, which is vital for aircraft operations. The government anticipates awarding the contract in August 2025, and interested parties may submit their capabilities and qualifications to Elise Anzini at elise.anzini@navy.mil within 45 days of this notice, although this is not a request for competitive proposals.