MQ-4C Triton Sustainment LTB Procurement
ID: N00019-25-RFPREQ-WPM262-0290Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Firm-Fixed-Price (FFP) contract for the procurement of hardware related to the MQ-4C Triton Unmanned Aircraft Systems (UAS) on a sole source basis with Northrop Grumman Systems Corporation (NGSC). This procurement aims to address Diminishing Manufacturing Sources (DMS) by securing hardware with known Last Time Buy (LTB) dates, ensuring the continued operational capability of the MQ-4C Triton systems. As NGSC is the sole designer and manufacturer of these systems, this contract is critical for maintaining the integrity and functionality of the UAS. Interested parties may submit capability statements to Suresh Jafar at suresh.jafar.civ@us.navy.mil, although no formal request for proposals is currently available, and the Government is not obligated to issue any solicitations or awards.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    SYNOPSIS N0038325PR0R741
    Buyer not available
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    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.
    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.
    SOLE SOURCE / LIMITED COMPETITION – PROCUREMENT OF TR-333 HYDROPHONE HOUSINGS – PSC 5845 – NAICS 332710
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure TR-333 Hydrophone Housings (P/N 6029163-301) on a sole source basis for use in the manufacture of hydrophones for the SP24 TRIDENT system. These housings are critical components that will serve as replacement assets during normal refit and replenishment operations, and the procurement aims to avoid significant costs and delays associated with qualifying new suppliers. The contract will be a non-commercial, 5-year, firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) agreement, with the intention to award to one of the current certified sources: Stark Precision Machine LLC, D & D Automation Inc, or Enjet Aero Terre Haute LLC. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access the necessary technical drawings and submit capability statements to the primary contact, Jessica Sanders, at jessica.a.sanders26@us.navy.mil, by the specified deadlines.
    99--COVER,GUIDERAIL - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure various replacement parts, including covers and flow sensors, on a sole source basis from General Atomics. The procurement includes specific items such as flow sensors and guardrail covers, with a total quantity of 26 units required, and emphasizes that the government does not possess the necessary data to source these parts from alternative suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for September 2025. For further inquiries, potential vendors can contact Michael J. Dickens via email at Michael.J.Dickens5.CIV@us.navy.mil.
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    SYNOPSIS, P/N: 001-008702-1001-E1, LSPR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific part, P/N: 001-008702-1001-E1, from Northrop Grumman Systems Corp, the sole source provider. The procurement involves the repair of six units of NSN: 5865LLF02N021, which are critical for electronic countermeasures and related capabilities, and no alternative sources are currently approved to provide this service. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    Universal Throttle System (UTS), Part Number 4265AS9032-1
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure additional quantities of the Universal Throttle System (UTS), Part Number 4265AS9032-1, to support the Common Engine Test Set (CETS) and provide necessary spares. This procurement is crucial for the United States Navy's engine testing operations for JETI engines, with the UTS expected to be fielded in Fiscal Year 2026 and the Initial Operational Capability scheduled for March 2025. PCI Aviation, LLC is currently the sole manufacturer of the UTS units and has successfully completed first article testing, making them the only source capable of meeting the government's timeline. Interested firms may express their interest and capability to respond to this requirement, but this notice does not constitute a request for competitive proposals; responses will be considered solely for determining the necessity of competitive procurement. For further inquiries, contact Gianna Gatto at GIANNA.V.GATTO.CIV@US.NAVY.MIL or call 732-323-1270.