Notice of Intent to Sole Source LRR-E
ID: NOI-LRR-E-25Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract extension for the Long Range Radar-Enhanced (LRR-E) system, with the procurement managed by the Army Contracting Command in Linthicum Heights, Maryland. This contract will provide sustainment and life cycle support necessary for maintaining the operational readiness and capability of the LRR-E, extending the ordering period by four years and allowing for various pricing structures including Firm-Fixed Price and Cost-Reimbursable Task Orders. The Government plans to negotiate exclusively with Northrup Grumman Systems Corporation, citing the need for a single responsible source, although other interested parties may submit capability statements for consideration. Responses must be directed to the Contract Specialist, Joshua Bargsten, at joshua.bargsten.civ@army.mil, with a courtesy copy to Contracting Officer Ricardo Rivera at ricardo.a.rivera50.civ@army.mil, prior to the closing date of the notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Sole Source STARLite
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract modification to Northrop Grumman Systems Corporation for sustainment and support services related to the STARLite ER assets. The contractor will be responsible for providing test and inspection, repair, technical support services, and inventory replenishment for Diminishing Manufacturing Sources and Material Shortages over an extended ordering period of five years. This procurement is critical for maintaining operational readiness and support for the Army's aviation capabilities. Interested parties are encouraged to submit capability statements to the primary contact, Aaron Norton, at aaron.j.norton3.civ@army.mil, with a courtesy copy to Eric C. Pyles at eric.c.pyles.civ@army.mil, prior to the closing date of the synopsis.
    Advanced Anti-Radiation Guided Missile (AARGM) Extended Range (ER) Low Rate Initial Production (LRIP) Lot 5 and Lot 6
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award sole source Firm Fixed Price contracts to Northrop Grumman Defense Systems (NGDS) for the Low Rate Initial Production (LRIP) of Lots 5 and 6 of the AGM-88G Advanced Anti-Radiation Guided Missile – Extended Range (AARGM-ER). This procurement encompasses all tasks necessary for the manufacturing, assembly, testing, and delivery of AARGM-ER All-Up Rounds, Captive Air Training Missiles, and associated support equipment, as well as program management and logistics support. The AARGM-ER is critical for enhancing the capabilities of the United States Navy and Air Force, as well as allied forces, in countering advanced threats. Interested parties may contact Hayley M. Graham or Kathryn L. Volpe for further information, although this notice does not constitute a request for competitive proposals, and no commitments have been made by the Government regarding contract awards.
    INSTRUMENTATION RADARS IN THE MEDIUM RANGE RADAR-LOW POWER (MRR-LP) CONFIGURATION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Program Executive Office Missiles and Space (PEO MS), is seeking qualified vendors to provide up to six instrumentation radars in the Medium Range Radar-Low Power (MRR-LP) configuration. This procurement aims to enhance the Army's capabilities in long-range detection and tracking of multi-domain threats, with prototypes intended for evaluation at White Sands Test Center and Yuma Test Center. Interested vendors must demonstrate their ability to meet specific technical requirements, including operating in the C-Band spectrum and achieving high detection probabilities, with responses due by 4:00 p.m. Eastern Time on March 28, 2025. For further inquiries, vendors can contact Justin Nabity or Thomas Hibbett via email.
    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.
    Repair of Repairables 7
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to award a sole source Delivery Order to Northrop Grumman Systems Corporation for the Repair of Repairables and Weapons Replaceable Assemblies (WRAs) for Fiscal Years 2026 through 2029. This procurement involves the repair, support, calibration, and repackaging of the AN/AAQ-24 Department of Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) Test WRAs and Shop Replaceable Assemblies (SRAs), as well as the conversion and repair of fielded Advanced Threat Warner (ATW) WRAs to meet Acceptance Test Procedure standards. The initiative is critical for maintaining the operational readiness and effectiveness of the Navy's aircraft systems. Interested parties can reach out to Rebecca W. Bravo or Jessica L. Guy-Dietrich via email for further inquiries, while subcontracting opportunities can be discussed with Mary Cho at Northrop Grumman Systems Corporation.
    Mid Range Capability (MRC) Production
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
    Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) Request for Information (RFI)
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is issuing a Request for Information (RFI) regarding the Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) initiative. This procurement aims to gather insights and capabilities related to the research and development of radar equipment, specifically focusing on persistent discrimination and sustainment technologies critical for missile defense operations. The LRDR is essential for enhancing the United States' defense capabilities against missile threats, and the MDA seeks to engage with industry partners to explore innovative solutions and technologies. Interested parties can reach out to Brandon Smith at brandon.a.smith@mda.mil or LaShonda Fletcher at lashonda.fletcher@mda.mil for further information, with responses to the RFI expected to contribute to future procurement strategies.
    INTENT TO SOLE SOURCE - PRE/POST SELECTOR NONBOWMAN
    Buyer not available
    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.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Notice of Intent: Radar Test Contract (RTC) Bridge Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense intends to solicit and negotiate a sole source contract for the Radar Test Contract (RTC) Bridge Extension, primarily with Raytheon Company. This contract will support the planning, execution, and analysis of Integrated Master Test Plan (IMTP) defined test events for various Missile Defense System (MDS) radars, including the AN/TPY-2, Sea-Based X-Band Radar (SBX), Upgraded Early Warning Radars (UEWR), and COBRA DANE radar. The services are critical for ensuring the effectiveness of the MDS testing efforts and include program management, risk management, and the sustainment of sensor models. Interested parties must be registered in the System for Award Management and can direct inquiries to Ms. Khaliah Burns at Khaliah.burns@mda.mil. This notice is not a request for competitive proposals, and the government will not pay for information submitted.