Post Award CJ&A for the ARC-210 Production Contract
ID: N00421-23-RFPREQ-CPM209-0063Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking to finalize the Post Award Cost Justification and Approval (CJ&A) for the ARC-210 Production Contract. This procurement involves the acquisition of airborne radio navigation equipment, which is critical for various military operations and communications. The awarded contractor, identified by Unique Entity ID J4Q3HP6NHK47, will be expected to adhere to the specifications outlined in the attached redacted CJ&A document. Interested parties can reach out to Lindsey Anne Boka, the Procuring Contracting Officer, at lindsey.a.boka.civ@us.navy.mil for further inquiries regarding this opportunity.

    Point(s) of Contact
    Lindsey Anne Boka, Procuring Contracting Officer
    lindsey.a.boka.civ@us.navy.mil
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    ARC-182 3 year LTC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of seven items on the ARC-182 platform from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as it ensures the continued operational capability of aircraft systems, with the contract duration set for three years. Interested parties are encouraged to submit their capabilities and qualifications to the primary contact, Alyssa Thieu, via email at alyssa.t.thieu.civ@us.navy.mil, within 15 days of this notice, although proposals received within 45 days will also be considered. This opportunity is not a Total Small Business Set-Aside, and no hard copies of the solicitation will be mailed.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    Redacted Justification & Approval (J&A)
    Buyer not available
    The Department of Defense, specifically the Defense Logistics Agency (DLA) Land Warren, has issued a Justification and Approval (J&A) for a procurement opportunity related to communications security equipment and components. This procurement is essential for ensuring the integrity and security of communications within defense operations. The details of the J&A are currently redacted, but it is crucial for maintaining the operational capabilities of the DLA. For further inquiries, interested parties can contact Jeffrey J. Mahlmeister at jeffrey.mahlmeister@dla.mil or by phone at 586-467-1158.
    Repair of NIIN 014334368
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 014334368, which pertains to airborne radio and television communication equipment. The procurement aims to ensure the operational readiness and reliability of critical communication systems used by the Navy. This opportunity is vital for maintaining the effectiveness of airborne communication capabilities, which are essential for mission success. Interested contractors can reach out to Christian Markle at 215-697-3563 or via email at christian.m.markle.civ@us.navy.mil for further details regarding the solicitation document.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to procure Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. This procurement aims to acquire a Software Defined Radio (SDR) with an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an estimated total of 455 units to be produced over the contract period, which includes a base year and four option years. The JTT-X is critical for enhancing communication capabilities in military operations, and the anticipated contract award date is in the fourth quarter of Fiscal Year 2026. Interested parties must ensure their final assembly facilities have current COMSEC clearance and submit a request for access to the Technical Library, along with a certified DD Form 2345, to Ryan Lysaght at ryan.c.lysaght.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil for further details.
    Procurement of AN/APX-119 Transponder, P/N: 4079100-0541
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of 217 AN/APX-119 Transponders (P/N: 4079100-0541) to support the upgrade of C-130J aircraft. This procurement aims to enhance the Traffic Alert and Collision Avoidance System (TCAS) capabilities while addressing urgent operational needs and mitigating issues related to Diminishing Manufacturing Sources and Material Shortages (DMSMS) of legacy systems. The contract will span two years, continuing through FY27, and interested parties are encouraged to submit capability surveys detailing their qualifications and manufacturing capabilities by December 1, 2025. For further inquiries, potential vendors can contact Erica Carter at erica.carter.3@us.af.mil or Vicki Wechsler at vicki.wechsler@us.af.mil.
    Redacted Justification & Approval (J&A)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, has issued a Justification and Approval (J&A) for a procurement opportunity related to miscellaneous electrical and electronic components, classified under PSC code 5999. This opportunity involves a redacted justification document, which outlines the specific requirements and objectives for the procurement, although detailed information is not publicly available due to redaction. The goods and services sought are critical for supporting various defense operations and ensuring the functionality of military systems. Interested parties can reach out to Eric Tucker at Eric.Tucker@dla.mil or call 586-467-1188 for further inquiries regarding this opportunity.
    16--RECEIVER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical receiver, identified by NSN 1R-1680-LLF02N672-P8 and reference number 147A6156-20, with a quantity of one unit required for delivery FOB origin. This procurement is unique as it necessitates Government source approval prior to contract award due to the lack of sufficient technical data for open competition, meaning only previously approved sources will be solicited. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures to demonstrate their capability to produce the item, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    NAWCAD WOLF Aegis
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the design, procurement, integration, testing, training, and support of Command, Control, Communications, Computers, and Intelligence (C4I) electronic Radio Communication Systems (RCSs) for various United States Navy vessels, including AEGIS destroyers and cruisers. This opportunity is part of the organic Lead Systems Integrator (oLSI) approach, which allows the government to maintain control over intellectual property and data rights while rapidly adapting solutions to meet the evolving needs of the warfighter. The selected contractor will play a crucial role in enhancing the operational capabilities of the Navy's surface combatants and comparable ships. Interested parties can reach out to Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or call 443-975-4933 for further details.