Next Generation Jammer Mid-Band (NGJ-MB) Cadre MaintenanceTraining
ID: N00019-25-RFPREQ-TPM234-0103Type: Presolicitation
Overview

Buyer

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

NAICS

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

PSC

EDUCATION/TRAINING- COMBAT (U013)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to award a Cost Plus Fixed Fee (CPFF) delivery order modification to The Raytheon Company for the Next Generation Jammer Mid-Band (NGJ-MB) Cadre Maintenance Training. This modification will add one maintenance training event to an existing delivery order, leveraging Raytheon's unique expertise as the sole designer and manufacturer of the NGJ-MB system, which is critical for meeting the Navy's operational requirements without incurring unacceptable delays. The procurement is classified as a sole source award under Title 10, U.S. Code 2304 (c)(1), and interested parties may express their interest and capabilities to the primary contact, Nicole Yeager, at nicole.e.yeager.civ@us.navy.mil, or Shayne P. Kenny at shayne.p.kenny.civ@us.navy.mil, although there is no commitment from the Government to issue a solicitation or award a contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE - SUPPLIES AND SERVICES FOR NEXT GENERATION ELECTRONIC ATTACK UNITS AND ADVANCED CAPABILITY MISSIONS COMPUTER SUSTAINMENT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Crane, is planning to award a five-year Indefinite Delivery Indefinite Quantity Contract for the procurement of supplies and services related to Next Generation Electronic Attack Units and Advanced Capability Mission Computer Sustainment Support. This contract, estimated at a ceiling of $188 million, will be awarded on a sole source basis to General Dynamics Mission Systems Inc., as it has been determined that testing and qualifying another vendor would be impractical. The goods and services are critical for enhancing electronic warfare capabilities, and the solicitation is set to open on July 3, 2025, with a closing date of July 18, 2025. Interested parties may submit capability statements or proposals to the primary contact, Colton Rollins, at colton.l.rollins.civ@us.navy.mil or by phone at 812-227-9050.
    AARGM-ER WIA Transmitter SAW Filter Redesign
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with Northrop Grumman Defense Systems (NGDS) for the redesign of Surface Acoustic Wave (SAW) Filter devices used in the WIA Transmitter of the AARGM-ER missile system. This procurement aims to reengineer, test, integrate, and manufacture replacement SAW Filter devices due to the obsolescence of the existing components, ensuring continued operational capability of the missile system. As the sole designer and manufacturer of the AARGM and AARGM-ER, NGDS possesses the unique technical expertise and resources necessary to fulfill these requirements. Interested parties may express their interest and capabilities to the primary contact, Hayley M. Graham, via email at hayley.m.graham.civ@us.navy.mil, although this notice does not constitute a request for competitive proposals.
    STORM AIM-9X MAP Development via Basic Ordering Agreement N00019-25-G-0009
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations with Raytheon Company for the development of a Fleet Releasable AIM-9X Munitions Application Program (MAP) under Basic Ordering Agreement N00019-25-G-0009. This procurement aims to provide comprehensive support for the AIM-9X Missile Program, including engineering, systems engineering, prototyping, and logistics, addressing critical needs such as obsolescence and cost reduction initiatives. The contract is pursued on a sole source basis due to Raytheon's unique capabilities, and interested parties may express their interest by contacting Shannon Pico at shannon.l.pico.civ@us.navy.mil. There is no commitment from the Government to issue a solicitation or award a contract at this time.
    70--Raytheon High Speed Guard maintenance and support
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to solicit and negotiate a sole source Firm Fixed Price (FFP) contract for Raytheon High Speed Guard maintenance and support. This service is typically used for the purchase of software publishers. The contract will be available for download at the NECO Website.
    Sole Source – PROCUREMENT OF ENGINEERING SERVICES AND LIFE CYCLE SUSTAINMENT OF THE MULTI-SPECTRAL TARGETING SYSTEM (MTS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, intends to procure engineering services and life cycle sustainment for the Multi-Spectral Targeting System (MTS) on a sole source basis from Raytheon Company. This procurement involves a Cost-Plus-Fixed-Fee (CPFF) Job Order under the Basic Ordering Agreement, focusing on the support and repair of the MTS, which is critical for various military platforms utilized by the Navy, Army, Air Force, and Special Operations Forces. The anticipated issuance date for this contract is July 8, 2025, with a closing date of July 22, 2025, at 2:00 PM EST; interested parties can reach out to Mr. Bradly McLaughlin at bradly.k.mclaughlin.civ@us.navy.mil or by phone at 812-854-2422 for further inquiries.
    Sole Source – Evaluation, repair, procurement of Installation and Check Out (INCO) spare parts in support of the AN/SPY radar system and ancillary equipment which is to include but not be limited to Solid State Switch Assembly (SSSA) components
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure evaluation, repair, and procurement services for Installation and Check Out (INCO) spare parts in support of the AN/SPY radar system and its ancillary equipment. This procurement includes, but is not limited to, Solid State Switch Assembly (SSSA) components, which are critical for the operational effectiveness of the radar system. The contract is anticipated to be awarded on a sole source basis to Raytheon Company, with an estimated value of $3.87 million over a five-year period, and is expected to be finalized in FY27. Interested parties should direct inquiries to Shayden Flynn at shayden.m.flynn.civ@us.navy.mil, and must be registered in SAM.gov and the Joint Certification Program (JCP) to access controlled attachments.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 circuit card assembly units under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of specific electrical and electronic assemblies, identified by NSN 7H-5998-015631672, and is critical for maintaining operational capabilities. Interested parties may express their interest and capability to respond to this requirement, with the government allowing for proposals to be submitted within 45 days of this notice. For further inquiries, interested vendors can contact Leo Dougherty at (717) 605-4614 or via email at LEO.T.DOUGHERTY3.CIV@US.NAVY.MIL.
    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.
    16--IGITAL RECEIVER MO - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of the Digital Receiver MO and similar replacement parts for repair and modification purposes. This procurement is classified under the miscellaneous aircraft accessories and components category, with the National Stock Number (NSN) 7R-1680-015991106-E7, and delivery is required FOB Origin. The contract action is intended to be negotiated with a single source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability within 45 days of this notice. For further inquiries, potential bidders can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL.
    ONR SSXM Control Board and Impedance Measurement Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia, is seeking to procure support for the NONR SSXM Control Board and Impedance Measurement on a sole source basis. This procurement involves supplies and services that are critical for the operation and analysis of naval systems, emphasizing the importance of specialized engineering services in this domain. The government intends to negotiate with only one source under the authority of FAR 13.106-1 (b) (1) (i), and interested parties are encouraged to direct any inquiries to Dorene C. Nollie at dorene.c.nollie.civ@us.navy.mil or by phone at 215-897-8464. No set aside is used for this opportunity, and no phone calls will be accepted for questions.