MSMA CJ&A
ID: N00421-25-RFPREQ-TPM209-0400Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to issue orders on a sole source basis under a Basic Ordering Agreement (BOA) with Collins Aerospace for various support services related to the Control Display Unit (CDU), Multi-Function Display-based Common Cockpit System (CCS), Flight Management System (FMS), and Tactical Air Navigation System (TACAN). The procurement encompasses a range of services including repair and modification, spare parts, hardware development, test and integration support, and engineering assistance, all critical for maintaining and enhancing the operational capabilities of U.S. military aircraft. Interested parties may express their interest and capability by responding to this notice, although the government does not intend to fund the development of alternative sources. Inquiries should be directed to Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by April 24, 2025, at 2:00 PM Eastern Time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    MSMA CJ&A
    Currently viewing
    Sources Sought
    Similar Opportunities
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    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.
    N0038325PR0R803 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for the repair of Rockwell Collins Avionics Circuit Card Assemblies, identified by National Stock Number (NSN) 7R5998013294492, with a total quantity of four units. The procurement will be negotiated solely with Rockwell Collins under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, emphasizing the critical nature of these electronic components for military operations. Interested firms must submit a Source Approval Request (SAR) if they are not Rockwell Collins, although the procurement timeline will not be delayed for SAR approvals. Electronic solicitations are expected to be issued around December 17, 2025, with a closing date of January 16, 2026. For further inquiries, interested parties can contact Gina Sassane at gina.p.sassane.civ@us.navy.mil or by phone at 771-229-2677.
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    Repair of Data Concentrator
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    66 - FMS Repair - DISPLAY UNIT, FLIGHT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contractor for the repair of five DISPLAY UNIT, FLIGHT items, identified by NSN 7R 6610-015687028 and Part Number 267A740-3. This procurement is critical as these items are classified as Critical Application Items (CAI) and are essential for military operations, with the award being made under an existing Basic Ordering Agreement (BOA) due to the government's inability to contract with other sources. Interested parties must comply with specific requirements outlined in the NAVSUP WSS Source Approval Brochure, including adherence to ISO 9001 and ISO 10012 standards, and must submit their proposals within a 730-calendar-day delivery schedule. For further inquiries, potential offerors can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    N0038326PR0R038 FMS_ REPAIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of HF Couplers from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source these repairs from alternative suppliers, making Rockwell Collins the only known source capable of fulfilling this requirement. Interested parties have 15 days to express their interest and capability to meet the government's needs, with a final deadline for proposals set at 45 days from the publication of this notice. For further inquiries, interested organizations may contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil.
    FMS REPAIR - QTY 1 - NIIN 016571362
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific item, the CONTROL, RADIO SET TRANSFER, with NIIN 016571362, on a sole source basis from Rockwell Collins. The procurement involves a total quantity of one unit and is classified under miscellaneous communication equipment, highlighting its critical role in military operations. Interested parties are invited to submit capability statements or proposals within five days of the notice publication, with the solicitation expected to be issued on December 18, 2025, and responses due by January 19, 2026. For further inquiries, potential bidders can contact Danielle DiCiacco at danielle.diciacco.civ@us.navy.mil or by phone at (215) 697-5970.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.