MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support
ID: N00019-27-RFPREQ-APM299-0087Type: Sources Sought
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

UNDERWATER SOUND EQUIPMENT (5845)

Set Aside

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

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) for the MH-60 Multi-Mission Helicopter Program. The procurement aims to address obsolescence issues within the existing AMCM CSTRS Mission Kits by providing sustainment support, system updates, and technical assistance, ensuring compatibility with all US Navy MH-60S AMCM versions. This initiative is critical for maintaining the operational readiness of the AMCM systems, which are vital for mine countermeasure operations. Interested small businesses are encouraged to submit a capabilities statement by email to Monica L. Card at monica.l.card.civ@us.navy.mil, with the anticipated contract award expected in Summer/Fall 2027 and a performance period of five years.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Remote Minehunting (RMH) Module
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive supply contract to be awarded in Fiscal Year 2026. The RMH Module will replace the existing AN/AQS-20 system and includes a Towed Body, Payload Delivery System, and related software, with the goal of streamlining operations and improving delivery timelines to the Fleet by FY29. Interested parties should access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and direct inquiries to Contracting Officer Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Contract Specialist Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil, with a proposal submission deadline to be confirmed in forthcoming amendments.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Dept Of Defense
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    14--CLEARBORE,MSL ALIGN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide 20 units of the CLEARBORE, MSL ALIGN, as indicated in the presolicitation notice. The procurement involves the delivery of these guided missile launchers to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. This equipment is critical for maintaining the operational readiness of naval weapon systems. Interested vendors should contact Amanda R. Hayward at (717) 605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the submission process and requirements.
    CASE,AFTERBODY TORP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the production of torpedo components, adhering to stringent quality and inspection standards, including compliance with various military specifications and standards. The goods are critical for naval operations, emphasizing the importance of quality assurance and timely delivery, with a desired delivery timeframe of 579 days for the specified quantities. Interested contractors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation.