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
AwardedMay 14, 2025
$3.3M$3,267,625
AwardeeNORTHROP GRUMMAN SYSTEMS CORPORATION Rolling Meadows IL 60008 USA
Award #:N0001920G0005
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
    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
    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
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, is seeking to procure the MK 234 Nulka Advanced Decoy Architecture Program (ADAP) series payloads from L3Harris, Clifton, New Jersey. This procurement involves a firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract valued at $33,568,100, with options that could increase the total contract value to $124,003,133. The MK 234 Nulka payloads are critical for electronic countermeasures and are essential to meet Navy requirements without unacceptable delays, as L3Harris is the only responsible source capable of producing these specialized systems. Interested parties can reach out to Brittany Burton at brittany.m.burton4.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil for further information.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    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.
    Advanced Arresting Gear (AAG) Development Engineering Change Proposal (ECP)-I-AAG-0135 Fourth Engine Low-Cost Alternative Using Super Capacitor Hardware (FLASH) Engine Room Isolation Non-Recurring Engineering (NRE)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to negotiate and award a delivery order for Non-Recurring Engineering (NRE) related to the Advanced Arresting Gear (AAG) system, specifically focusing on the development of a low-cost alternative using super capacitor hardware for engine room isolation. This initiative aims to enhance the AAG Power Conditioning Subsystem (PCS) for Ford Class carriers, allowing for simultaneous maintenance and flight operations, with the NRE phase expected to commence in FY26 and continue through FY28. The contract is anticipated to be awarded in March 2025, and interested parties can reach out to Jacob Halowell or Margo O'Rear for further inquiries, while subcontracting opportunities are available through Zach Baur at General Atomics.
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    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.
    SOLE SOURCE - REQUEST FOR INFORMATION/SOURCES SOUGHT Tri-Beam Emission and Receiver Laser Transmitter (TBEAR), Power Supply Control Unit Spares and Auxiliary Equipment in Support of the Multispectral Targeting System – FSC 5855 – NAICS 334511
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from potential sources regarding the procurement of 43 units of the Tri-Beam Emission and Receiver Laser Transmitter (TBEAR) and associated equipment, including a Power Supply Control Unit and cable assemblies. This request for information (RFI) is part of market research aimed at supporting the Multi-Spectral Targeting Systems (MTS-A and MTS-B), with the intention to issue a sole source proposal to Northrup Grumman Systems Corporation due to the lack of a sufficient technical data package and the potential for duplicative costs. Interested parties are encouraged to submit their capabilities, budgetary estimates, and lead times by December 25, 2025, to Lynn Masterson-Brinegar at lynn.m.masterson-brinegar.civ@us.navy.mil, with the understanding that no funding is currently available for this effort and responses will not be reimbursed.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.