Synopsis for Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) Red-to-Blue (R2B) Built in Test (BIT) Non-Recurring Engineering (NRE) Software Update for Sensor Calibration Data
ID: N00019-25-RFPREQ-TPM272-0150Type: 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

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 10:00 PM UTC
Description

The Department of the Navy, through the Naval Air Systems Command (NAVAIR), is seeking to award a modification for Non-Recurring Engineering (NRE) related to a software update for the AN/AAQ-24 Large Aircraft Infrared Countermeasures (LAIRCM) system. This update aims to facilitate the transfer of Integrated Aircraft Survivability Equipment (iASE) Advanced Threat Warfare (ATW) sensor calibration data to support the MAGTF Agile Network Gateway Link (MANGL) family of systems. The contract will be awarded on a sole source basis to Northrop Grumman Systems Corporation (NGSC), as they are the sole developer and producer of the AN/AAQ-24 system, and no other suppliers can meet the agency's requirements. Interested parties must direct inquiries to Contract Specialist Sarah Willis at sarah.m.willis10.civ@us.navy.mil, with responses due by April 10, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 9:08 PM UTC
The inquiry involves determining the status of a government contract, specifically whether it is a new contract or if there is an incumbent contractor involved. The response from NAVAIR clarifies that the contract in question is not new and that an incumbent contractor is currently providing these services. The existing contract number associated with this arrangement is N0001924F1082, falling under the Basic Ordering Agreement (BOA) numbered N0001920G0005. This information is relevant in the context of government RFPs, as it indicates continuity in service provision and highlights the importance of existing contractual agreements in federal procurement processes.
Similar Opportunities
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
MQ-4C Sling V-Tail Assembly
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is anticipating the award of a firm fixed-price contract for the Sling V-Tail Assembly, Part Number: 3673310M01101-301, which is critical for the MQ-4C Triton Unmanned Air Systems (UAS) Program. This procurement is limited to the Original Equipment Manufacturer, Northrop Grumman, and Avioss LLC, as they are the only approved vendors for this Critical Application Item (CAI), which is essential for ensuring safety and operational effectiveness. Interested alternate offerors must submit a Source Approval Request (SAR) package within 15 days of this notice, with all responses due by April 29, 2025, at 5:00 PM EDT, to the primary contact, Alexander Buchan, at alexander.g.buchan2.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
Buyer not available
The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
Mircom Non-Recurring Engineering (NRE)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking Non-Recurring Engineering (NRE) support services for the enhancement of the FX-4000N fire alarm control panel. The primary objectives include incorporating dual temperature trigger points for the System Sensor 5251 Heat Detector and removing the lockout feature from the MGC-4000 configuration that restricts user access after multiple failed password attempts. These enhancements are critical for improving the functionality and user accessibility of fire alarm systems. Interested parties can reach out to Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details regarding this sole source requisition.
Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet RFI2
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 systems for the C-130J fleet. The primary objectives include the production of up to twelve Group A modification kits annually and the installation of these kits alongside Group B kits provided by the government, with operations anticipated to commence in 2029. This initiative is critical for enhancing the capabilities of the C-130J weapon system, ensuring it is equipped with advanced missile warning and countermeasure technologies. Interested businesses, particularly those qualifying as small or disadvantaged enterprises, must submit their responses to the Request for Information (RFI) electronically by May 1, 2025, adhering to specified formatting guidelines, and can contact Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil for further inquiries.
16--PGMC LRM,AIRCRAFT,M
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of PGMC LRM, AIRCRAFT, M, with a National Stock Number (NSN) of 7RH 1680 015817851 E7 and a part number of 110K080G04. The requirement includes the supply of 10 units, an increase from the previously stated 6 units, and emphasizes the necessity for a Government source approval prior to award, which must be accompanied by the relevant documentation as outlined in the NAVSUP WSS source approval brochure. This procurement is critical for maintaining operational readiness and support for naval aircraft, and interested vendors must submit their quotes via email to Peter Kobryn by April 16, 2025, ensuring all required source approval data is included to avoid disqualification.
M-Code LRIP
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to contract N0001919C0083 for the procurement of AGR5 parts and assemblies, as well as related services for the Tomahawk Land Attack Missile system. This procurement includes the disassembly of AGR4 units, assembly and testing of AGR5 units, modifications to Automated Test Equipment, and acceptance testing, all crucial for supporting the Low Rate Initial Production (LRIP) of the AGR5 system. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and expertise. Interested parties may submit responses for consideration, and inquiries can be directed to Zacerry Herbert or Diana K. Harritt via their provided email addresses.
GQM-163A Aerial Target Operation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a sources sought notice for the GQM-163A Aerial Target Operation, aimed at gathering market research for potential contractors. Interested parties must be certified through the Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and must coordinate with their CAGE code’s Data Custodian for access. This opportunity is crucial for ensuring the operational readiness and effectiveness of aerial target systems, with responses due by May 7, 2025, at 3:00 PM PST. For further inquiries, interested contractors can contact Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
B-1B AN/ALQ-161 Band 8 Driver/Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.
66--INERTIAL NAVIGATION
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Inertial Navigation systems, identified by NSN 7HH 6605-01-513-6655. The solicitation requires detailed proposals that comply with military standards, including pricing, delivery timelines, and adherence to Equal Opportunity clauses, while also emphasizing the importance of quality assurance and inspection protocols. These systems are critical for navigation and guidance in military applications, underscoring their significance in defense operations. Interested contractors must submit their proposals to Leigh Catchings at leigh.e.catchings.civ@us.navy.mil by 14:00 on January 31, 2025, ensuring compliance with all outlined requirements.