FB-1 IFC 4 Retrofit Kit
ID: N00019-25-RFPREQ-WPM262-0095Type: Solicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 4:59 AM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate a sole source contract for the procurement of a retrofit kit for the MQ-4C Triton ground asset (FB-1) to an IFC-4 configuration. This procurement will encompass the necessary materials, software suite, configurations, and documentation required for the installation of the FOB software suite, which is critical for the operational capabilities of the Triton unmanned aircraft system. The anticipated contract award is expected in the fourth quarter of fiscal year 2025, with a performance period of approximately 12 months. Interested parties can reach out to Sharon Green or Lisa Maples via email for further inquiries, although this notice is not a request for competitive proposals and no formal solicitation will be issued.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
FB-1 IFC 4 Retrofit Kit
Currently viewing
Solicitation
Similar Opportunities
MQ-4C Temp/Vac Controller Composite Repair Sets
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, intends to procure Temp/Vac Controller Composite Repair Sets from Heatcon Composite Systems, Inc. for the MQ-4C Triton Unmanned Air Systems Program. These specialized repair sets are essential for curing and repairing sensitive composite resin structures by applying controlled heat and mercury, ensuring the integrity of critical components used by the United States Navy and the Royal Australian Air Force. The Government plans to award a two-year, Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract on a sole-source basis, as Heatcon is the only manufacturer with the necessary proprietary rights and technical expertise. Interested parties must submit responses by May 2, 2025, to Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil, and registration in the System for Award Management (SAM) is mandatory for consideration.
1560 - NAVY Purchase of DOOR, AIRCRAFT (6 units) and DOOR, ACCESS AIRCRAFT (2units)
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking eligible contractors to provide six units of DOOR, AIRCRAFT and two units of DOOR, ACCESS AIRCRAFT for the MQ-4C Triton. The procurement involves furnishing labor, materials, and facilities necessary for the repair and/or modification of these aircraft components, which are critical for maintaining operational readiness. The government intends to solicit only one source, Northrop Grumman Systems Co., due to the lack of available data for repairs or manufacturing, although all responsible sources may submit capability statements within five days of the notice. Interested parties can contact Carmelena Oldroyd at 215-697-9035 or via email at carmelena.c.oldroyd.civ@us.navy.mil for further details regarding the Source Approval Request package and submission requirements.
MQ-4C Various Power Supply
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to award a three-year indefinite-delivery, indefinite-quantity contract for various hydraulic power supply units to Hydraulics International, Inc. (HII), the Original Equipment Manufacturer (OEM). The procurement includes specific part numbers essential for supporting the United States Navy and the Royal Australian Air Force's MQ-4C Triton Unmanned Air Systems, highlighting the critical nature of these components for operational readiness. This opportunity is being processed under the authority of 10 U.S.C. 3204(a)(1), indicating that only one responsible source can meet the agency's requirements due to the proprietary nature of the technical data. Interested parties must respond within fifteen (15) calendar days of the notice publication and can contact Mark Schnittman at mark.a.schnittman.civ@us.navy.mil or 240-587-2525 for further information.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, made from machined 6061-T6 aluminum. The procurement requires contractors to produce, test, inspect, and deliver these components in accordance with detailed specifications, including conducting First Article Tests and providing certification and traceability reports. This initiative is crucial for maintaining the operational readiness of the MK54 torpedo system, reflecting the Navy's commitment to efficiency and safety in defense contracting. Interested parties must submit their quotes by April 30, 2025, and can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
MQ-25 tool groupings
Buyer not available
The Department of Defense, through the Naval Air Warfare Center – Aircraft Division (NAWCAD), is seeking to procure MQ-25 Tool groupings to support its Prototype, Manufacturing, and Development Program (PMD). This procurement involves a limited competition between IDSC Holdings LLC and Snap-on Tools, focusing on a firm-fixed-price contract for various hand tools, including torque wrenches, sockets, and inspection devices, as detailed in the attached parts list. The tools are essential for maintaining operational efficiency and safety standards within federal projects. Interested vendors must submit their proposals by May 9, 2025, to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, ensuring compliance with all applicable regulations and requirements.
MQ-4C Aircraft (15ALBAR) Towbar
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting quotes for the procurement of Aircraft (15 ALBAR) Towbars, specifically Part Number 1479AS200-1, to support the MQ-4C Triton Unmanned Aircraft Systems Program for the Royal Australian Air Force. This opportunity is exclusively available to small businesses, emphasizing the requirement for domestic sourcing of the supplied goods, with a total small business set-aside under FAR 19.5. The procurement includes delivery of 10 towbars, adherence to military packaging standards, and the provision of a Certificate of Conformance for each item, with strict compliance to quality assurance protocols. Interested offerors must submit a valid DD Form 2345 to access the necessary technical data by April 21, 2025, and all correspondence should be directed to Mark Schnittman at mark.a.schnittman.civ@us.navy.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.
Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
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.
CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
Buyer not available
Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.