AECS, IDS, and Door Installation
ID: N6893625Q5047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.

    Files
    Title
    Posted
    The document outlines the solicitation process for a Women-Owned Small Business (WOSB) contract regarding the installation of Integrated Defense Systems (IDS) and Advanced Electronic Control Systems (AECS) at the Naval Air Warfare Center, China Lake, California. It includes pertinent details such as the requisition and contract numbers, contact information for the buyer Yvonne Stockwell, and the specified due date for bids. The solicitation defines the work scope, payment terms, and requirements for technical evaluations, emphasizing the importance of vendor compliance with federal acquisition regulations. Additionally, it specifies delivery timelines, inspection guidelines, and invoicing processes using the Wide Area Workflow (WAWF) system. The structure includes sections for supplies/services, pricing, acceptance, as well as various clauses that govern the contracting process. Overall, the document serves as a formal request for proposals to procure necessary equipment and services, reinforcing the government’s commitment to supporting small businesses in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    15--DOOR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors under the title "15--DOOR, AIRCRAFT." This opportunity involves a firm fixed price spares purchase order, requiring contractors to maintain a quality control system compliant with established military standards and to ensure thorough inspection and documentation of all materials and processes. The goods are critical components for aircraft, emphasizing the importance of quality assurance in defense operations. Interested vendors should note that the solicitation deadline has been extended to December 15, 2025, and can direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    DOOR,BREECH ASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of Breech Door Assemblies, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and certification standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. Interested contractors must submit their offers by 4:30 PM local time on February 27, 2026, as per the recent amendment to the solicitation, and can reach out to Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further inquiries.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Electronic Armor (EA) Software Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for Electronic Armor (EA) Software Support, specifically for the NIGHTWING INTELLIGENCE SOLUTIONS, LLC software. The procurement aims to secure 730 hours of commercial engineering services over a 12-month period to integrate and enhance the Electronic Armor software within specific operating environments, particularly focusing on security hardening and software compatibility for Linux systems. This opportunity is critical for maintaining the operational integrity and security of defense systems, with proposals due by December 17, 2025, and an anticipated award date of January 16, 2025. Interested contractors must contact Susan Madison at susan.h.madison.civ@us.navy.mil for further details and ensure they are registered in the System for Award Management (SAM).
    WING STATION CONTRO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of Wing Station Control components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with the expectation of a contract award following the established timelines and requirements detailed in the solicitation.