Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC)
ID: N6893624R0025Type: Sources Sought
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; BASIC RESEARCH (AC11)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center, is seeking potential sources for the upgrade, redesign, and operation of the Launch Test Complex (LTC) at China Lake, CA, as part of the Air Launch Test Capability (ALTC) and Under Water Test Capability (ULTC) initiative. The procurement aims to enhance the LTC to support the CPS program, including the development of various test components such as a Test Payload Tube, Launch Test Stand, and Advanced Payload Module, while also conceptualizing an Under Water Test complex to facilitate risk mitigation for new weapons systems. Interested firms must be registered in the System for Award Management (SAM) and submit written responses, including a capability statement, to the designated contacts by email within 15 days of the notice date, referencing solicitation number N6893624R0025. For further inquiries, firms can contact Robert Roulusonis at robert.a.roulusonis.civ@us.navy.mil or Scott Hansen at scott.c.hansen.civ@us.navy.mil.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Landing Craft, Air Cushion Extended Service Life Extension Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is conducting market research for the Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) at Assault Craft Unit 5 (ACU 5) in Camp Pendleton, California. The objective of this program is to extend the service life of the LCAC beyond previous modernization efforts, requiring capabilities in the repair and installation of various systems including hull structures, machinery, and electronics, as well as the integration of Government Furnished Property. Interested parties must submit their notice of interest and relevant company information by 1600 EDT on October 31, 2024, via email to the designated contacts, Linda C. Squires and Dominick J. Meyers, as this notice is for market research purposes only and does not constitute a request for proposals or funding.
    AN/ALQ-99 Low Band Consolidation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential vendors capable of manufacturing Low Band Consolidation (LBC) Transmitters, repairing Government Furnished Material (GFM) components, and procuring LBC spares. This sources sought notice is intended for market research purposes only and does not constitute a request for proposal; therefore, no funding is available for responses. The anticipated contract will be a Firm Fixed Price (FFP) agreement with a performance duration of up to 60 months, expected to commence no later than December 2025. Interested vendors must submit detailed capability statements, demonstrating their ability to meet program management, engineering management, and testing requirements, while also highlighting their capacity to perform at least 50% of the work as a small business if applicable. For inquiries, vendors can contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@navy.mil.
    Air Traffic Control & Landing Systems (ATC&LS), Precision Approach Landing Systems (PALS) Hardware and Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking information from potential sources regarding the capabilities for the AN/SPN-35/46 Precision Approach and Landing System (PALS) and Unmanned Aerial Vehicle (UAV) Common Automatic Recovery Systems (UCARS), along with associated equipment maintenance and upgrades. This procurement aims to ensure the operational readiness of these systems, which are critical for the automatic landing of F/A-18 aircraft and the FireScout UAV on land and at sea. The anticipated contract type is a single-award basic ordering agreement, with task orders expected to be awarded in December 2024. Interested vendors must submit their capabilities statements by October 21, 2024, to Cameron Ward at cameron.d.ward4.civ@us.navy.mil.
    Towed Body (TB)-29C Thin Line Towed Array (TLTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Towed Body (TB)-29C Thin Line Towed Array (TLTA) systems under Solicitation N00024-24-R-6102. This procurement aims to acquire advanced towed array systems that are critical for undersea warfare operations, enhancing the Navy's capabilities in search, detection, and navigation. The solicitation has undergone amendments, including an extension of the closing date to October 24, 2024, and revisions to specific contract line item descriptions, with a focus on clarifying the classification of Government Furnished Property and Contractor Acquired Property. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Stuart Burman at stuart.burman2.civ@us.navy.mil or by phone at 202-714-7059.
    Electromagnetic Aircraft Launch System (EMALS) Depot Standup Phase II
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide depot repair and overhaul capabilities for the Electromagnetic Aircraft Launch System (EMALS) as part of the Depot Standup Phase II for Ford Class carriers. This procurement involves comprehensive logistics support, including the development of technical data, diagnostic capabilities, and support equipment requirements, aimed at ensuring operational readiness for the Ford Class carriers by FY28. The contract is expected to be awarded in June 2025, with performance extending through June 2027, and interested parties must submit their capability statements by 4:00 PM (EST) on October 14, 2024, to the designated contacts, Jacob Halowell and Margo O'Rear, via email.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    Request for Information: SUU-72 Pylon Upper Panel Replacement Including Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Nuclear Weapons Center, is seeking industry input via a Request for Information (RFI) for the refurbishment of Suspension Underwing Units (SUU-72) and Pylon Load Adaptors (PLAs) to support the Long Range Standoff (LRSO) Cruise Missile on the B-52 weapon system. The project entails a comprehensive solution that includes receiving the Pylons and PLAs from storage, corrosion mitigation, manufacturing and replacing the SUU-72 Pylon upper panels, and refurbishing the PLAs to a flightworthy condition, with all refurbished hardware expected to have a minimum 30-year service life. This initiative is crucial for maintaining and upgrading the operational capabilities of the Air Force, with the first nine refurbished units required by December 2028 and additional quantities of at least nine per year thereafter, totaling 43 units. Interested parties must submit their capabilities statements by October 30, 2024, and may direct inquiries to Alyssa Hurst at alyssa.hurst@us.af.mil or Randy Hoffman at randy.hoffman.3@us.af.mil.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.
    VLS Resilient Mounts & Shims
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the procurement of resilient mounts and shims to support Vertical Launch Systems (VLS). The requirement includes the manufacture and delivery of 1,138 units of resilient mounts for MK29 and MK37 systems, along with shims for MK28, MK29, and MK37, all adhering to specified standards and timelines. These components are critical for enhancing operational capabilities within military applications. Proposals must be submitted by the specified deadline to Bryanna Alvarez at bryanna.a.alvarez.civ@us.navy.mil, with the anticipated contract type being Firm-Fixed-Price and no set-aside for small businesses. Interested parties should ensure they are registered in SAM and monitor the solicitation for any amendments.
    69--Addition of alternate POC for Mr. Chau Truong
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Air Warfare Center Training Systems Division (NAWCTSD) is hosting an Industry Day and Site Visit for the Littoral Combat Ship (LCS) Independence variant Integrated Tactical Trainer (ITT) Procurement. The scope of work includes the design, development, fabrication, integration, delivery, installation, configuration, technical documentation, and test of the LCS ITT-4 to be located at the Littoral Combat Ship (LCS) Training Facility (LTF), Naval Station San Diego, CA. The Industry Day Conference and Site Visit will provide a technical exchange to potential Offerors and offer a draft release of the Technical Requirements package. All interested parties must notify NAWCTSD of their intent to participate. The anticipated RFP release date is October 2016, with an anticipated award date in May 2017.