INTENT TO SOLE SOURCE - PRE/POST SELECTOR NONBOWMAN
ID: W911QX-25-Q-0081Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

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

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking to procure ten Pre/Post Selector Nonbowman units through a sole source contract with L3Harris Technologies, Inc. This procurement is essential for the Army's unique operational requirements, emphasizing the need for specialized communications security equipment. Proposals must be submitted via email within five business days of the posting, with a response deadline of 11:59 A.M. EST, and delivery is required by April 16, 2026, to a military facility in Adelphi, Maryland. Interested parties can reach out to Mina Haque at mina.m.haque.civ@army.mil or Rachel Brandenburg at rachel.l.brandenburg.ctr@army.mil for further information.

    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for the procurement of ten Pre/Post Selector Nonbowman units by the U.S. Army. The solicitation number is W911QX-25-Q-0081, with the government intending to award a contract to L3Harris Technologies Inc. due to uniqueness of the required product. Proposals must be submitted via email within five business days of posting, with a response deadline of 11:59 A.M. EST. Delivery is required by April 16, 2026, to a specified military facility in Adelphi, Maryland. The acquisition falls under NAICS Code 334220, with a small business size standard of 1,250 employees. Interested offerors must provide their business size classification and socio-economic designations. Clauses related to federal procurement regulations are included, involving various compliance and reporting requirements. The document emphasizes that this is not a request for competitive proposals, although all submissions prior to the deadline will be considered. The solicitation notably pertains to the unique requirements of the Army, underlining the intent for a sole source acquisition.
    The document outlines federal solicitation guidelines for a proposed contract to be awarded primarily to L3Harris Technologies, Inc., under the authority of FAR 13.106-1(b)(1)(i), indicating it seeks to procure goods or services from a singular source without competitive proposals. It details the firm-fixed price contract type, contact information for contract specialists, and outlines government inspection and acceptance processes at the U.S. Army Research Laboratory. The document also includes tax exemption details and payment instructions, emphasizing that net payment terms of less than thirty days are inadmissible. Sections on contractor provisions applicable to telecommunications and video surveillance services are present, establishing prohibitions against contracting certain equipment. The submission of proposals requires that any exceptions or conditions be formally documented. Additionally, foreign nationals may be employed under contract, contingent on compliance with U.S. employment laws. This comprehensive structure serves as a crucial guide for potential contractors, ensuring they understand the formal requirements for participating in federal contracting processes. Overall, the document emphasizes regulatory compliance, clear communication between the government and contractors, and specific guidelines for payment and project management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE APG Land Mobile Radio (LMR) system
    Buyer not available
    The Department of Defense, specifically the Army, intends to award a sole source contract to L3 Harris Technologies Inc. for the modernization of the Aberdeen Proving Ground's (APG) legacy land mobile radio (LMR) system. This procurement aims to integrate advanced technologies into the Base Emergency Communications System (BECS), creating a unified and interoperable LMR Subsystem that meets current and future mission-critical communication needs. The modernization is crucial for enhancing public safety communications and ensuring interoperability within the BECS capabilities, with the contract period anticipated from July 15, 2025, to July 14, 2027. Interested parties who believe they can meet the requirements must submit their information to Mark Grimsley and Katia Lacoste by 4:00 PM EST on March 19, 2025, as this notice serves informational purposes only and a solicitation will not be available.
    16--BOMB RACK UNIT 14"-
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a Bomb Rack Unit, specifically the SRL Power Supply (NSN: 7R-1680-016010214-P8, P/N: 2000300-4), on a sole source basis from L3Harris Technologies, Inc. This procurement involves the acquisition of one unit, with delivery terms set to FOB Origin, and is critical for maintaining operational capabilities within the Navy's aircraft systems. The government intends to award the contract based on the unique qualifications of the OEM, as no other sources are approved to manufacture this part, and interested parties must submit their capability statements by email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil within 45 days of this notice, with an anticipated award date in May 2025.
    NOTICE OF INTENT TO SYNOPZISE SOLE SOURCE APG Land Mobile Radio (LMR) system
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to L3 Harris Technologies Inc. for the modernization of the Aberdeen Proving Ground's (APG) legacy land mobile radio (LMR) system. This procurement aims to integrate advanced technologies into the Base Emergency Communications System (BECS), creating a unified and interoperable LMR Subsystem that meets both current and future mission-critical communication needs. The modernization is crucial for enhancing the interoperability of Army public safety communications and ensuring the system is adaptable to evolving operational requirements. Interested parties that believe they can meet these requirements are encouraged to submit information to the designated contacts by 4:00 PM EST on March 19, 2025, as the anticipated period of performance for this contract is from July 15, 2025, to July 14, 2027.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    58--DETECTOR,AUDIO FREQ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source item, the DETECTOR, AUDIO FREQ, under NSN 7R-5895-013099126-LA, with a quantity of one unit. This procurement is intended for a Foreign Military Sales (FMS) buy for Australia and is being conducted as a sole source acquisition from L3Harris Technologies Inc., the Original Equipment Manufacturer (OEM), due to the lack of available drawings or data for alternative sources. Interested parties may submit capability statements or proposals within 45 days of this notice, although the government does not intend to delay the procurement process for source approval requests. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
    SYNTHESIZER ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture and supply of specific communication equipment, adhering to strict quality and inspection standards, including MIL-STD packaging and government source inspection. The SYNTHESIZER ASSY is critical for use in naval operations, emphasizing the importance of compliance with stringent specifications to ensure operational reliability. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of May 15, 2025, with all submissions requiring a minimum quote expiration of 90 days.
    53--STANDOFF,PLAIN,SNAP
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as the STANDOFF, PLAIN, SNAP, with NSN 7R-5340-014258390-XE, from L3HARRIS TECHNOLOGIES INC. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, and is specifically intended for a Foreign Military Sales (FMS) buy for Australia. This procurement is critical as the item is proprietary to the Original Equipment Manufacturer (OEM), and no drawings or data are available for alternative sourcing, necessitating a sole source acquisition under 10 U.S.C. 2304(c)(1). Interested parties must submit their capability statements to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil within 15 days of this notice, with proposals accepted for consideration up to 45 days post-notice.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for a five-year Requirements contract focused on the production of military supplies, particularly the Barrel and Front Sight Assembly. This procurement is set aside for small businesses and emphasizes compliance with various military standards, including the Small Arms/Light Weapons Serialization Program and Operations Security requirements. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Proposals must be submitted electronically by March 31, 2025, and interested parties can contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
    W56HZV-24-R-0020 - PMVS ANTENA WITH CONTAINER
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Firm Fixed Price (FFP) contract, numbered W56HZV-24-R-0020, to procure 53 units of the PMVS Antenna Container from Weibel Equipment Inc. This procurement is aimed at supporting the M109 Paladin family of vehicles, which are critical for military operations. The solicitation outlines specific submission requirements, including adherence to strict quality control standards and military-standard packaging, with an expected delivery timeframe of 180 days post-contract award. Interested bidders should contact Rising Oris at rising.oris2.civ@army.mil or 571-588-9362, or Katherine MacFarland at katherine.e.macfarland.civ@army.mil or (571) 588-8902 for further details.
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for the procurement of specific parts related to the Patriot Radar and BMC4I upgrades, with a sole source designation to Raytheon Company. The Request for Proposal (RFP) seeks pricing for various part numbers, including circuit card assemblies and delay lines, which are critical for military enhancements and operational readiness. Interested parties must adhere to firm-fixed pricing and provide comprehensive cost documentation, with proposals due by March 31, 2025, following amendments that extended the original deadlines. For further inquiries, potential bidders can contact Kelsey Brown at kelsey.e.brown@dla.mil or Anna Phillips at anna.phillips@dla.mil.