MQ-4C Hike Chamber Bleed Ramp, P/N: B003310M05025-0001
ID: N6833525Q0167Type: Solicitation
AwardedJun 9, 2025
$31.3K$31,308
AwardeeBOONE STEVE D Colorado Springs CO 80908 USA
Award #:N6833525D0021
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of the Hike Chamber Bleed Ramp, part number B003310M05025-0001, in support of the MQ-4C Triton Unmanned Aircraft Systems program. This procurement aims to establish a single Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract over three years, specifically set aside for small businesses. The Hike Chamber Bleed Ramp is critical for the operational capabilities of the MQ-4C Triton, which serves both the U.S. Navy and the Royal Australian Air Force. Interested contractors must submit their proposals by May 12, 2025, and direct any inquiries to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil or by phone at 848-240-2623. Registration in the System for Award Management (SAM) is mandatory for eligibility.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Contract Data Requirements List (CDRL) for a Request for Variance (RFV) related to the MQ-4C Hike Chamber Bleed Ramp project. It outlines the data item requirements and procedures for submission, emphasizing the need for RFV submissions to be in accordance with the specified Data Item Description (DID) referenced in the contract. The government is tasked with providing approval or disapproval of RFVs within 30 days of receipt. Submissions are to be distributed electronically in formats compatible with MS Word, MS Excel, or PDF, and must be directly emailed to designated contacts at the Navy. Key personnel involved include Jennifer M. Etri as the preparer and Adam Smiga as the approver. This document serves as a structured guide for contractors engaged in the project, emphasizing compliance with specified formats and timeframes, aligning with broader federal contracting processes.
    The document serves as a concise inventory of drawing titles and specifications within a government Request for Quotations (RFQ) package. It lists several key drawings—including Drawing B003310M05025 Rev. C, Drawing RY102, and Drawing RY113, alongside multiple specifications such as ACS-PRS-2203 and ACS-PRS-2301—highlighting their revision dates and issuance details from various years ranging from 2002 to 2017. This list indicates the technical requirements necessary for potential contractors interested in fulfilling the project outlined in the RFQ. Following the file's guidance, individuals or entities interested in obtaining further details and copies of the drawings must adhere to the specified request process stated in the RFQ. Overall, the document is a resource for contractors to understand the scope of work and technical documents related to the RFQ proposal, reinforcing the importance of structured requests and compliance with project specifications.
    The document is an amendment to a solicitation for a government Request for Quote (RFQ) number N68335-25-Q-0167, issued by the Naval Air Warfare Center Aircraft Division. The primary purpose of the amendment is to extend the submission deadline for quotes from March 25, 2025, to April 1, 2025, at 5:00 PM EDT while maintaining all other terms and conditions unchanged. Changes include clarifications on the submission process, stressing the necessity for bidders to acknowledge receipt of the amendment and comply with specific requirements. Offers must include a signed copy of the solicitation, relevant Representations and Certifications, pricing for all solicitation items, and a detailed technical description showcasing compliance with the required specifications. Quoters are advised to submit requests for drawings by March 17, 2025, and adhere to guidelines concerning the Supplier Performance Risk System (SPRS) for evaluating their performance risk. The RFQ follows federal acquisition regulations, with strict criteria for accepted submissions, emphasizing the importance of timely and complete proposals. The amendment aims to ensure that all interested parties have adequate time to prepare and submit their quotes under the revised timeline.
    The document is a Request for Quotations (RFQ) from the U.S. Navy, specifically for the procurement of the Hike Chamber Bleed Ramp (Part Number B003310M05025-0001) to support the MQ-4C Triton Unmanned Aircraft Systems. It outlines a 100% Total Small Business Set-Aside competitive procurement opportunity, expecting a Firm Fixed-Price, three-year Indefinite Delivery/Indefinite Quantity contract. The RFQ details the shipping, technical data requirements, and the process for obtaining necessary technical data packages, which are restricted to current Department of Defense contractors due to export control regulations. Interested offerors must register in the System for Award Management (SAM) and submit valid certification forms to access the required documents for their proposals. The document emphasizes compliance with various military standards and provides specific clauses applicable to the procurement, highlighting responsibilities like quality assurance, item identification, and delivery expectations. The vendor must anticipate submitting a request for variations in design if necessary, and any questions related to the RFQ must go through the designated procurement officer by a specified deadline.
    This document is an amendment to a Request for Quotation (RFQ) for the procurement of the Hike Chamber Bleed Ramp (Part Number B003310M05025-0001) for the U.S. Navy's MQ-4C Triton Unmanned Aircraft Systems. The key changes include an extension of the submission deadline to April 23, 2025, and updates to industry questions. Notably, there are no post weld heat treatment requirements, and filler material must meet AWS D17.1 standards. The solicitation is aimed at small businesses, with the expectation of a single Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract over three years. Registration in the System for Award Management (SAM) is mandatory. The Technical Data Package contains sensitive information restricted to approved Department of Defense contractors, with strict controls for access. All proposals must be submitted by the deadline, with any technical inquiries also due by April 17, 2025. The solicitation emphasizes compliance with the Buy American Act and includes numerous federal regulations affecting procurement processes.
    The document outlines a Request for Quotations (RFQ) for the procurement of the Hike Chamber Bleed Ramp, part number B003310M05025-0001, designated for the MQ-4C Triton Unmanned Aircraft Systems (UAS) Program, supporting both the U.S. Navy and the Royal Australian Air Force. This solicitation is framed as a 100% Total Small Business Set-Aside contract, anticipated to yield a single Firm Fixed-Price, three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contractor must deliver ramp components across three years, adhering to specific quality assurance and identification protocols, including compliance with the Buy American Act and export control regulations. Technical data necessary for quotation preparation is restricted to approved DoD contractors, necessitating a request submission with a verified DD Form 2345. The contractor will ensure products meet stringent military packaging and marking standards. Government inspection and acceptance are mandated before final delivery, with any non-compliant items subject to replacement at the contractor's cost. The RFQ includes standardized terms, deadlines for questions and quotations, and requirements for item unique identification, emphasizing the procurement's strategic importance to maintaining U.S. defense capabilities.
    The document is an Amendment of Solicitation/Modification of Contract, specifically for amendment number 0003 related to solicitation N6833525Q0167. The primary purpose of this amendment is to address a question raised by industry regarding the inspection class required for a particular requirement, confirming that inspection will follow weld class C. This amendment updates the original solicitation without changing any other terms and conditions already in place. In addition, the amendment specifies that the deadline for submission is not extended, meaning all offers must be acknowledged by the original deadline. The content succeeds in providing clarify to contractors on inspection requirements, ensuring compliance with government standards for contract execution. The document maintains a formal tone typical of government communication, with instructions for acknowledgment clearly outlined to prevent potential rejection of offers. Overall, the amendment serves to enhance clarity in the solicitation process while ensuring that contractors have the necessary information to fulfill the requirements of the contract.
    The document is a Request for Quotations (RFQ) from the Naval Air Warfare Center Aircraft Division, soliciting bids for the manufacturing and delivery of the Hike Chamber Bleed Ramp (P/N B003310M05025-0001) in support of the MQ-4C Triton UAS Program for the U.S. Navy and the Royal Australian Air Force. This RFQ is set as a 100% Total Small Business Set-Aside and anticipates a Firm Fixed-Price, three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with minimum guaranteed orders. The document outlines required quantities, delivery schedules, quality assurance protocols, item unique identification requirements, and compliance with military standards. Contractors must submit a valid DD Form 2345 to access technical data for their submissions, ensuring adherence to export control laws. Amendments to the RFQ extend deadlines and clarify technical specifications, reinforcing the necessity for contractor compliance with detailed government regulations and standards. This RFQ illustrates the structured procurement processes essential for defense contracts, targeting small businesses to support military technology needs.
    The document is an amendment to a solicitation for an indefinite delivery/indefinite quantity (IDIQ) contract for the production and delivery of the Hike Chamber Bleed Ramp, part number B003310M05025-0001, used in the MQ-4C Triton Unmanned Aircraft Systems program. This amendment clarifies the government's preferred delivery terms and extends the submission deadline to May 12, 2025. The Statement of Work outlines the scope, requirements, and quality assurance standards for the manufacturing process, including compliance with various military standards. A Certificate of Conformance is required for each delivered item, certifying conformity to government standards. The contractor must ensure proper identification, packaging, and transportation of items as per military regulations, with specific shipping addresses provided for RAAF and follow-on shipments. Offerors are required to submit their proposals with compliance to all solicitation terms, including a detailed technical description and pricing for each contract line item. The document emphasizes the importance of adhering to standards for delivery and inspection to ensure that government expectations for quality and reliability are met. Overall, this amendment functions to update and clarify key aspects of the solicitation to facilitate the proposal and evaluation processes for potential contractors.
    The document is a Request for Quotations (RFQ) for the procurement of the Hike Chamber Bleed Ramp, part number B003310M05025-0001, in support of the MQ-4C Triton Unmanned Aircraft Systems (UAS) for the U.S. Navy and Royal Australian Air Force. It is a 100% Small Business Set-Aside and anticipates awarding a Firm Fixed-Price, three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The RFQ outlines essential guidelines for delivery, with a guaranteed minimum quantity of one unit. It specifies that registration in the System for Award Management (SAM) is necessary for contract eligibility. Technical data packages related to the procurement are restricted and accessible only to approved Department of Defense contractors, requiring submission of a DD Form 2345 for access. Amendments to the RFQ extend submission deadlines and address industry inquiries. Detailed requirements encompass quality control, item unique identification, government inspection, and specific packaging and delivery protocols. The document emphasizes compliance with military standards and clear identification of contractor roles. This RFQ represents the government’s commitment to maintaining high standards in military procurement, ensuring that necessary equipment is supplied effectively and securely.
    The document is a Request for Quotations (RFQ) issued by the Naval Air Warfare Center Aircraft Division for the procurement of a Hike Chamber Bleed Ramp (Part No. B003310M05025-0001) in support of the MQ-4C Triton Unmanned Aircraft Systems for the U.S. Navy and the Royal Australian Air Force. This RFQ is designated as a 100% Total Small Business Set-Aside and anticipates a single award contract with a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) framework. Detailed requirements include various delivery orders over three years, including specific items and associated technical data. Bidders must be registered in the System for Award Management, comply with the Buy American Act, and adhere to DoD export control regulations. The document also addresses quality assurance, inspection, and acceptance protocols, emphasizing the need for compliance with military standards in product identification, packaging, and transportation. It outlines requirements for technical documentation, marking of items, and provides instructions for submitting quotations. This RFQ represents a critical step in maintaining operational capabilities of key military systems through strategic procurement practices.
    Similar Opportunities
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    COMPENSATOR, HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic compensators for E-2 and C-2 aircrafts. The contract, which is an Indefinite Quantity Contract, requires the delivery of 40 units over a five-year base period, with a delivery schedule of 228 days after receipt of order. These components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 19 units of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This procurement is crucial for maintaining the operational readiness of military aircraft, as the Blade Rack Assembly is a vital component in the helicopter's functionality. The contract will be a firm-fixed price arrangement, with delivery required within 250 days after receipt of order to San Diego, CA. Interested suppliers should note that the solicitation is expected to be issued on December 26, 2025, with a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.
    DUCT ASSEMBLY, BLEED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of Duct Assembly, Bleed for the C-5 Aircraft, identified by NSN: 1560-00-728-9480. This procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 80 units over a 5-year base period, with a delivery schedule of 285 days after receipt of order. The items are critical for aircraft operations and are subject to export control and configuration control regulations. Interested vendors must submit a written proposal in response to the solicitation, which will be available on or about December 8, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    TADD BELLMOUTH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Maritime - Pearl Harbor, is soliciting proposals for the supply of a "TADD BELLMOUTH" (P/N: 04-15-210) under a total small business set-aside. The procurement requires adherence to specific manufacturing and inspection standards, including compliance with various military specifications and a mercury exclusion clause, with a delivery deadline set for January 30, 2026. This equipment is crucial for aircraft maintenance and repair operations, ensuring operational readiness and safety. Interested vendors should contact Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil or call 808-473-8000 for further details and to confirm manufacturer information in their submissions.
    SUPPORT, STRUCTURAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.