ITT Follow On
ID: N00019-25-RFPREQ-TPM231-0098Type: Sources Sought
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 8:59 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command, is seeking potential procurement sources for the E-2D Integrated Test Team operations through a Request for Information (RFI). The procurement encompasses a range of services including test planning and execution, flight clearance support, aircrew flight test support, and technical assistance for Integrated Test Team operations, with a focus on supporting E-2 aircraft from FY25 through FY30. Interested vendors must demonstrate their capability to meet the Government's requirements, including access to necessary technical data, and are encouraged to submit a one to two-page overview statement by April 8, 2025. For further inquiries, vendors can contact Dariusz McKenzie at dariusz.m.mckenzie.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
ITT Follow On
Currently viewing
Sources Sought
Similar Opportunities
EA-18G Airborne Electronic Attack (AEA) Automatic Wire Test Set (AWTS) Test Program Set (TPS)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the design, development, testing, and production of the EA-18G Airborne Electronic Attack (AEA) Automatic Wire Test Set (AWTS) Test Program Set (TPS). This Request for Information (RFI) aims to gather detailed responses regarding existing products or technologies that could meet the performance requirements for the EA-18G AEA AWTS TPS, as well as recommendations for improvements and clarifications on the project. The initiative is crucial for enhancing the capabilities of the EA-18G AEA system, which plays a vital role in electronic warfare operations. Interested parties must submit their responses, not exceeding ten pages, via email to Heavens Mulvaney by April 16, 2025, at 5:00 PM EDT.
FMS Repair Requirement for the country of France, P/N: 1025290G-2
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified vendors to provide repair services for the E2-D Aircraft, specifically for part number 1025290G-2. The procurement involves the supply of labor, materials, and facilities necessary to repair the National Stock Number (NSN) 7RH 1680 015612490, which is categorized under miscellaneous aircraft accessories and components. This repair requirement is critical for maintaining the operational readiness of the E2-D Aircraft, which plays a vital role in naval aviation operations. Interested parties are encouraged to reach out to Devon M. McNamee at 215-917-2782 or via email at devon.m.mcnamee.civ@us.navy.mil for further details regarding this solicitation.
FMS repair of RADAR SET SUBASSY
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of radar set subassemblies associated with the E-2D aircraft. This Request for Quotation (RFQ) outlines the requirements for contractors to restore these government-owned items to operational condition, including necessary labor, materials, and compliance with applicable government standards. The procurement emphasizes the importance of maintaining operational readiness for critical aerospace components while adhering to regulatory frameworks such as the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Interested contractors can reach out to Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the submission process and requirements.
OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System, designated as N00024-25-R-5341. This procurement aims to secure engineering and technical services for the development, integration, and deployment of AEGIS-based combat systems on U.S. Navy surface combatants and international tactical sites. The contract will be a Cost Plus Fixed Fee (CPFF) arrangement, with the potential for an additional award fee, and all work must comply with applicable laws and regulations. Interested offerors should direct inquiries to Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or Robert Larkin at robert.j.larkin25.civ@us.navy.mil, and note that there is no funding associated with this announcement, which is not a commitment to contract.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is conducting a Request for Information (RFI) regarding the Undergraduate Jet Training System (UJTS) aimed at enhancing training for U.S. Navy and Marine Corps jet aviators. This initiative seeks input on various aspects, including air vehicle specifications, training device mixes, and integrated Live/Virtual/Constructive training solutions, with the goal of achieving Initial Operational Capability swiftly while maintaining high training quality. The UJTS program is critical for developing effective aviation training solutions, ensuring that naval aviators are well-prepared for their operational responsibilities. Interested parties are encouraged to participate in a virtual Industry Day on April 17, 2025, and must submit their responses by April 30, 2025, to the primary contact, Thomas Conrow, at thomas.w.conrow.civ@us.navy.mil, or the secondary contact, Erin Allison, at erin.e.allison.civ@us.navy.mil.
49--TEST SET,AIRCRAFT E
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Test Set for Aircraft E, identified by NSN 4920014593394. The requirement includes a single unit to be delivered to DLA Distribution Red River within 331 days after order, with the approved source being 76301 DA132M0626-1. This procurement is critical for maintaining and repairing aircraft equipment, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
Advanced Technology Insertion and Integration for Weapon Systems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, intends to procure research, development, test, and evaluation (RDT&E) services for advanced technology insertion and integration for various weapon systems. The procurement aims to enhance systems such as AARGM, MSST, and AIM-9 Rocket Motors through design, development, technology demonstrations, and integration activities, focusing on improving military utility and operational effectiveness. Interested firms must submit a written capability statement referencing solicitation number N6893625R0013 within 15 days of this notice, demonstrating their qualifications and ability to meet the requirements. For further inquiries, contact Elizabeth Schlick at elizabeth.a.schlick.civ@us.navy.mil or Tara Brandt at tara.m.brandt.civ@us.navy.mil.
REQUEST FOR INFORMATION - E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors for the E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON) program. This initiative aims to identify sources capable of providing repair and maintenance services for upgraded avionics systems in the E-3 AWACS aircraft, which have transitioned to a three-person flight deck and integrated advanced technologies for enhanced operational capability and safety. The selected contractor will be responsible for ensuring that repaired assets meet stringent quality standards and delivery timelines, with a contract duration of one year and four optional years, emphasizing compliance with federal regulations and effective management of government property. Interested parties must submit their responses by April 30, 2025, and can direct inquiries to Andrew Adams at andrew.adams.13@us.af.mil or Michelle Allen at Michelle.allen.2@us.af.mil.
Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) in support of the E-6B Mercury Aircraft.
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is conducting market research for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to support the E-6B Mercury Aircraft. This procurement aims to gather information on the capabilities of both large and small businesses to provide a range of services, including engineering, logistics support, systems integration, and software development, essential for the aircraft's lifecycle management and mission operations. The IDIQ MAC will facilitate competitive awards for delivery and task orders over a ten-year period, with the anticipated Request for Proposal release in the first quarter of FY2026 and contract awards expected in the first quarter of FY2027. Interested vendors are encouraged to submit their qualifications and capabilities by contacting Lisa Troccoli or Randy Putnam via email, as detailed in the opportunity overview.