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
16--EFIS CONTROL PANEL,, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the EFIS Control Panel, a critical component in aircraft operations. The procurement requires that the contractor provide FAA-certified parts and adhere to strict quality and inspection standards, ensuring that all items are returned to a Ready for Issue (RFI) condition. This opportunity is vital for maintaining the operational readiness of naval aircraft, emphasizing the importance of high-quality repairs and compliance with military specifications. Interested vendors must submit their firm-fixed price quotes by April 28, 2025, and can direct inquiries to Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
NSN 1560-016265308, Aircraft Structural Panel, WSDC: 17N, Aircraft, Hawkeye E-2C
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of an Aircraft Structural Panel, specifically NSN 1560-01-626-5308, for the Hawkeye E-2C aircraft. This procurement is an unrestricted solicitation for an Indefinite Quantity Contract (IQC) with a base period of five years, requiring an estimated annual quantity of 16 units, with delivery expected 369 days after order placement. The item is critical for maintaining the operational integrity of military aircraft and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Tatjana Klemmer at Tatjana.Vaughan@dla.mil or call 804-279-2727 for further information, and the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around May 7, 2025.
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.
E6B – Very Low Frequency/ High Power Transmit System (VLF/ HPTS) - Follow on Flush DO
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source contract with Rockwell Collins for the flushing and inspection of the Very Low Frequency/High Power Transmit System (VLF/HPTS) Dual Trailing Wire Assembly (DTWA) on the E-6B aircraft. This procurement is critical for maintaining the operational readiness and functionality of the VLF communication systems used in airborne strategic command and control. The anticipated contract, which will be a Firm Fixed Price Task Order, is expected to span 12 months, commencing from the anticipated award date of November 30, 2025. Interested parties may submit capability statements or proposals within 30 days of this notice, and inquiries can be directed to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil or Bezeyem Lemou at bezeyem.lemou.mil@us.navy.mil.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation_Amendment 1
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System under solicitation number 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 their 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 Department of the Navy's Naval Air Systems Command, is conducting a Request for Information (RFI) for the Undergraduate Jet Training System (UJTS) program, aimed at enhancing training for undergraduate U.S. Navy and Marine Corps jet aviators. The RFI seeks input on various aspects, including air vehicle specifications, training device mixes, and courseware recommendations, as part of ongoing market research to replace the T-45 Combined Multi-Service Pilot Training System. This initiative is critical for achieving Initial Operational Capability (IOC) swiftly while ensuring high training quality, with a Request for Proposal (RFP) expected to be released by December 2025 and contract awards anticipated by January 2027. Interested parties are encouraged to engage with the government by contacting Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Erin Allison at erin.e.allison.civ@us.navy.mil, with responses due by April 30, 2025.
Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Airborne Warning and Control System (AWACS) E-3 System Labs infrastructure support and aircraft maintenance through a Request for Information (RFI). The objective is to identify capabilities for maintaining and operating the current AWACS E-3 System Labs, as well as supporting ongoing and future integration efforts for the E-3 platform, which plays a critical role in both domestic defense and international collaborations with allies such as France and NATO. Interested parties are required to provide detailed information regarding their qualifications, including business classification and security clearance, and must submit their responses via email within 15 calendar days of the announcement. For further inquiries, respondents can contact Mr. Brett Clemens at brett.clemens.1@us.af.mil or Ms. Allison Eacrett at allison.eacrett@us.af.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.
USNTPS OH-58C Replacement
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking information from industry regarding the provision of a Helicopter Autorotational/High Risk Testing Trainer (HATT) to replace existing training aircraft at the United States Naval Test Pilot School (USNTPS). The primary objective is to identify an aircraft capable of conducting autorotational and high-risk testing, including full logistical support such as maintenance and training, to enhance the training of test pilots and flight test engineers. This initiative is critical for ensuring that future aviators are proficient in handling emergency scenarios and developing essential flight skills, with a requirement for a minimum of five fully mission-capable aircraft to support over 500 flight hours annually. Interested vendors must submit capability statements by May 30, 2025, to Brad Dioguardo and Catrina Farrell via email, with the submission limited to 50 pages and addressing the specified requirements outlined in the RFI.