JEDI Lab
ID: N00421-25-RFPREQ-TPM209-0158Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to negotiate and award a Delivery Order to Rockwell Collins, Inc. for the provision of 973F-5 Test Fixtures in support of the USAF JEDI Lab Program Office. This acquisition is being pursued on a sole-source basis due to the unique nature of the AN/ARC-210(V) electronic protection radio systems and associated support equipment, which are deemed commercial products, and for which Rockwell Collins will not provide the necessary technical data for competitive procurement. Interested parties may express their interest and capability by responding to this notice, with all inquiries directed to Mackenzie Buscher via email by October 31, 2024, at 2:00 PM Eastern Time. This notice is not a request for proposals, and the government will not fund the development of alternative sources.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    JEDI Lab
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    NIIN TO BOA N0038323GS201
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, intends to solicit a sole source contract for the repair of a digital converter part from Rockwell Collins. The procurement specifically targets the repair of the item with NIIN 014110193 and part number 822-0454-001, which is critical for maintaining operational capabilities in aircraft systems. As the Original Equipment Manufacturer (OEM), Rockwell Collins is the only known source for this repair, and interested parties must submit capability statements within 15 days of the notice to be considered, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    6650 - Optical Instruments; COMBINER, GLASS HEAD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the purchase and repair of a glass head combiner, specifically National Stock Number (NSN) 7R 6650 014488493, from Rockwell Collins Inc. This procurement is critical for Foreign Military Sales (FMS) and is governed by the authority of 10 U.S.C. 2304(c)(1), indicating that only one responsible source can meet the agency's requirements. Interested parties have a 15-day window to submit capability statements or proposals, with the solicitation expected to be issued on October 31, 2024, and responses due by December 2, 2024. For further inquiries, potential bidders can contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil.
    Repair of Data Concentrator
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    Risk Reduction in support of future Avionics Management System (AMS) Software builds for CH-53K
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, intends to negotiate a Delivery Order with Rockwell Collins, Inc. for risk reduction activities related to future software builds of the Avionics Management System (AMS) for the CH-53K helicopter. The procurement aims to enhance engineering software development, testing, code efficiencies, and evaluate new hardware, ensuring the AMS meets future capabilities throughout its lifecycle. This acquisition is pursued on a sole-source basis due to Rockwell Collins, Inc.'s unique position as the original developer of the AMS, holding all necessary data rights and resources. Interested parties may submit capability statements to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil or call 301-904-3571, although no contract will be awarded based on offers received in response to this notice.
    Crypto Modernization 2 (CM2) Design Plan and Integration for RT-2036(C)/ARC-210 Radio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Delivery Order under Basic Ordering Agreement (BOA) N0042121G0005 with Collins Aerospace for the development of a Crypto Modernization 2 (CM2) Design Plan and integration of capabilities for the RT-2036(C)/ARC-210 radio system. The primary objective is to create an Engineering Design approach plan and perform tasks to integrate CM2 and Positive Access Control (PAC) capabilities into the Gen6 Operational Flight Program and Crypto Sub-Systems software, with options to enhance existing systems and develop new electronic protection capabilities. This procurement is being pursued on a sole-source basis due to the unique nature of the required systems, which are deemed commercial products, and the absence of competitive alternatives. Interested parties may express their interest and capabilities by contacting Amy Parker at amy.a.parker.civ@us.navy.mil by October 23, 2024, at 2:00 PM Eastern Time, although this notice does not constitute a request for proposals.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    LN-251 Interim Solution
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.
    59--CABLE ASSEMBLY,SPEC
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole source supply of Cable Assembly, specifically the NSN 7R-5995-016618157-TX, from The Boeing Company. The procurement involves a quantity of 9 units of this specialized aircraft cable assembly, which is critical for avionic support equipment, and is being solicited on a sole source basis due to the lack of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, at Jessica.grzywna@navy.mil, within 15 days of this notice, with the solicitation expected to be issued on October 16, 2024, and proposals due by November 15, 2024.
    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.
    59--ANTENNA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two antennas from Lockheed Martin Corporation on a sole source basis. The procurement involves the item with part number 186A993-4 and National Stock Number (NSN) 7R-5985-015838968-CB, which is critical for military applications and requires specialized manufacturing capabilities. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the government anticipates receiving a single acceptable offer from the designated source. For further inquiries, interested organizations can contact Kate N. Schalck at (215) 697-1020 or via email at kate.n.schalck.civ@us.navy.mil.