SOLE SOURCE – Supplies and Services for AN/ALQ-249 Next Generation Jammer – Mid Band (NGJ-MB)
ID: N0016426GWS84Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure supplies and services for the AN/ALQ-249 Next Generation Jammer – Mid Band (NGJ-MB) system. This procurement is designated as a sole source contract with Raytheon Company, as they possess the unique expertise required to fulfill the agency's needs without incurring significant duplication of costs or delays. The anticipated maximum ceiling for this contract is $99,530,000, with a performance period of five years, and the contract is expected to be issued in December 2025. Interested parties may submit capability statements to Kate Muessig at kathryn.m.muessig.civ@us.navy.mil by the closing date of May 27, 2025, at 10:00 AM ET.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    SOLE SOURCE – RAM ASSEMBLY SHIPSET
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source procurement for a Ram Assembly Shipset, specifically part number 8706787H, which includes 22 individual components. This procurement is critical for maintaining operational capabilities and is limited to M.S.M Industries, Inc., due to the unique specifications and requirements associated with the items. The solicitation, identified as N00164-25-Q-0668, is set to be issued on June 10, 2025, with a closing date for submissions on June 17, 2025, at 4:00 PM Eastern Time. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Trista Ray at trista.m.ray.civ@us.navy.mil for further details.
    Sources Sought- The Government is seeking a procurement for the evaluation, repair and procurement of INCO spare parts for the AN/SPY radar system and associated equipment
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking procurement for the evaluation, repair, and procurement of Installation and Check Out (INCO) spare parts for the AN/SPY radar system and associated equipment. This requirement includes components such as Solid State Switch Assembly (SSSA) for use on U.S. Navy and Foreign Military Sales ships, as well as at AEGIS Land Based Test Sites and contractor facilities. The government intends to award a sole-source contract to Raytheon Company, as they are currently the only known source capable of fulfilling these requirements. Interested contractors are encouraged to submit a capability statement by June 17, 2025, to Shayden Flynn at shayden.m.flynn.civ@us.navy.mil, although no funding is available for proposals at this time.
    DDG-1000 Project, AN/SSC-15 X/Ka Satellite Communications (SATCOM) System
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a contract to Raytheon Company for the Technical, Engineering, and Modernization Support Services related to the DDG-1000 project and the AN/SSC-15 X/Ka Satellite Communications (SATCOM) system. This procurement aims to ensure the operational readiness and modernization of the AN/SSC-15 system, which provides critical high-data-rate communications for the DDG-1000 Zumwalt-class destroyers, interfacing with various naval systems for command and navigation. The total estimated value of the contract is $3,764,231.33, with a base period of one year and four optional one-year periods. Interested parties may contact Flavia Riccitelli at flavia.n.riccitelli.civ@us.navy.mil by July 9, 2025, for inquiries, and must be registered in the System for Award Management (SAM) to be eligible.
    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.
    SOLE SOURCE – Ceiling Increase
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to increase the ceiling of an existing Indefinite Delivery Indefinite Quantity (IDIQ) contract, N0016420DJQ51, by $1,330,639.92 to a total of $15,896,016.92. This modification aims to facilitate the procurement of additional BRITE STAR BLOCK II (BSB II) Electro Optics systems and variants, which are critical for military operations involving night vision and surveillance. The contract will be negotiated solely with Teledyne FLIR Defense, Inc., under the authority of FAR 6.302-1, although other responsible sources may submit capability statements for consideration. Interested parties should direct inquiries to Phillip Knight at 812-381-4595 or via email at phillip.knight7.civ@us.navy.mil, with the closing date for submissions set for June 19, 2025, at 2:00 PM EDT.
    Next Generation Tactical Radio
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking information from potential sources for the Next Generation Tactical Radio (NGTR), a modular Software Defined Radio intended for U.S. Navy and Marine Corps aircraft. The NGTR aims to support various voice and data waveforms across multiple frequency bands, including VHF, UHF, and L, with additional capabilities for satellite communications and embedded cryptography that meets NSA requirements. This initiative is crucial for enhancing communication capabilities within military operations, and the government is gathering industry input to refine the Request for Proposal (RFP) process, with an estimated draft RFP release in the first quarter of FY 2026 and a final award anticipated in the second quarter of FY 2027. Interested parties should submit their capabilities statements by June 16, 2025, to Sham Keswani at sham.v.keswani.civ@us.navy.mil.
    Class Sources Sought for PMA 201 Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker Raytheon Corporate BOA N0001925G0009
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from qualified contractors regarding the Class Sources Sought for the PMA 201 Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker. This procurement aims to support the U.S. Navy and Foreign Military Sales (FMS) customers by providing supplies and services related to the JSOW and HWS SLEP Seeker programs, including production, repairs, engineering studies, and logistical support. The anticipated awards will be made under a sole source Basic Ordering Agreement (BOA) with Raytheon Company, with a projected award date no later than August 31, 2025. Interested parties must submit a capabilities statement by email to Rachel King at rachel.m.king37.civ@us.navy.mil by 1500 Eastern Standard Time on the closing date of this notice, with no funding available for response preparation.
    99--RECEIVER RADIO
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a Receiver Radio, specifically part number 7684-0500-001, on a sole source basis from Undersea Sensor Systems Inc. This procurement involves the acquisition of two units of the specified Receiver Radio, which is critical for the agency's operational requirements, and is being solicited under the authority of 10 U.S.C. 3204(a)(1). Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the government anticipates receiving a single acceptable offer from the designated source. For further inquiries, interested organizations can contact Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil, with the anticipated award date set for July 2025.
    – SOLE SOURCE - AEGIS Double Duty Cross Field Amplifier (DD CFA) Microwave Tubes (MWT) with Gold Tube Testing- Production, Evaluation, and Rebuild
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure AEGIS Double Duty Cross Field Amplifier (DD CFA) Microwave Tubes (MWT) along with associated services for production, evaluation, and rebuild. This procurement includes Gold Tube Testing, Phase Standard Testing, and support for Government Furnished Equipment, adhering to specific requirements set forth by CPI and Stellant, who retain the design rights. The contract will be awarded on a Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) basis, with an anticipated issue date of June 3, 2025, and a closing date of June 18, 2025, at 2:00 PM EST. Interested parties should contact Susan Eckerle at susan.k.eckerle.civ@us.navy.mil for further information and must be registered in the Government System for Award Management (SAM) to access controlled attachments.
    FY 24-29 Level of Effort Cooperative Engagement Capability Design Agent Follow On Modification
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a modification to an existing contract with Raytheon Company for the Cooperative Engagement Capability (CEC) Design Agent Engineering Services. This modification aims to expand the contract's scope to acquire government purpose data rights for Raytheon’s Independent Research & Development (IR&D)-developed software, which is crucial for enhancing network operations beyond line-of-sight. The contract modification will be conducted under other than full and open competition, emphasizing the specialized nature of the services required. Interested parties may express their interest and capabilities to the primary contact, Erin Cooke, at erin.p.cooke.civ@us.navy.mil, or the secondary contact, Roxie P Thomas, at roxie.p.thomas.civ@us.navy.mil, prior to the response date for this notice.