AN/SRQ-4 Radio Terminal Set; Engineering Services
ID: N00024-23-C-5206Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking to award a contract modification for engineering services related to the AN/SRQ-4 Radio Terminal Set. This procurement aims to increase the contract ceiling value for additional engineering support, building on the existing contract awarded to L3 Technologies, Communications Systems - West, which involves the development, testing, manufacturing, and support of the Common Data Link Hawklink for surface combatants. The opportunity is critical for enhancing communication capabilities within the Program Executive Office Integrated Warfare Systems (PEO IWS) 5.0. Interested parties are encouraged to express their interest and capabilities within 15 days of this notice, with all submissions being at the submitter's expense. For further inquiries, potential offerors can contact Destiney Cooper at destiney.r.cooper.civ@us.navy.mil or Benjamin Smallenbroek at benjamin.m.smallenbroek.civ@us.navy.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NAWCAD WOLF Aegis
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking capable firms to provide engineering, technical, logistics, integration, training, and testing support services for the AEGIS Radio Communication Systems (RCS) project, which is critical for shipboard installation on various U.S. Navy vessels. The procurement aims to ensure adequate competition and may include Small Business Set-Aside opportunities, as the current contract is set to expire in June 2026 and has only received one response in the previous competition. Interested businesses are encouraged to submit a capabilities statement by February 6, 2025, and may participate in an industry day on January 23, 2025, to gain further insights into the project requirements. For inquiries, contact Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or Carolyn Emmart at carolyn.a.emmart.civ@us.navy.mil.
    N0003925R2004 Notice of Intent to Award a Sole Source Contract for Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAWARSYSCOM), intends to award a sole source contract to L3Harris Technologies, Inc. for engineering support services related to the Commercial Broadband Satellite Program (CBSP). This contract will cover maintenance, repair, and support for the CBSP Force Level Variant and Unit Level Variant terminals, which are critical for communications and navigation systems. The procurement is justified under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1, citing that only one responsible source is available for these specialized services. Interested parties can reach out to Contract Specialist Steffany Becker at steffany.a.becker.civ@us.navy.mil or by phone at 619-548-1837 for further information.
    Joint Standoff Weapon (JSOW)/Harpoon Block II+ (HII+) TacNet 1.0 Series Weapon Datalink Reconfiguration and Repairs for the U.S. Navy (USN)
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to award a Firm-Fixed-Price delivery order for the reconfiguration and repairs of up to 150 TacNet 1.0 Series Weapon Datalink systems, with the contract anticipated to be awarded in the first quarter of calendar year 2025. The procurement will involve engineering support, program management, support equipment, and integrated logistics support services, and is being pursued on a sole source basis with Collins Aerospace, the only known qualified source capable of fulfilling these requirements. This initiative is critical for maintaining the operational readiness and effectiveness of the U.S. Navy's precision strike capabilities. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Joanna Roland or Lindsey Boka via the provided email addresses.
    N00039-17-D-0004 - Notice of Intent to Modify Sole Source Contract for Additional Ceiling on the Environmental Satellite Receiver Processor (ESRP) Procurement
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), intends to modify a sole source contract (N00039-17-D-0004) to increase the ceiling for the Environmental Satellite Receiver Processor (ESRP) procurement. This modification will support the continued procurement of specialized technical, engineering, and sustainment services, as well as hardware, including up to five Engineering Development Models (EDM) of the modernized AN/SMQ-11 variant, provided by Vertex Modernization and Sustainment (V2X), the Original Equipment Manufacturer (OEM). The ESRP program is critical for delivering real-time environmental data to support mission planning and execution across various warfare areas. Interested vendors with the necessary expertise and capabilities are invited to submit their statements of capabilities within 15 calendar days of this notice, and inquiries should be directed to Tyler Joworski at tyler.j.joworski.civ@us.navy.mil or Julie Ward at julie.a.ward38.civ@us.navy.mil.
    RFI - AEGIS Combat System Support Equipment, Electronic Equipment Fluid Cooler, AN/SPY Radar Warhead Data Receiver Cabinets (WDRC)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking potential sources for the engineering and production of the AN/SPY radar Warhead Data Receiver Cabinets (WDRC), AEGIS Combat System Support Equipment (ACSSE), and Electronic Equipment Fluid Coolers (EEFC) to support the U.S. Navy's Ballistic Missile Defense Kill Assessment System from FY 2026 to FY 2030. The procurement includes the production of WDRC equipment, shipsets of ACSSE, and various EEFC variants, along with engineering support to maintain the Technical Data Package (TDP) and an engineering test facility for system-level testing. This equipment is critical for shipboard tactical operations and must meet stringent Navy environmental qualification requirements. Interested parties should submit their responses to the Request for Information (RFI) by addressing specific capabilities and experience, and must comply with the Terms of Use Agreement for accessing Controlled Unclassified Information (CUI). For further inquiries, contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil or Dae Kim at dae.h.kim.civ@us.navy.mil.
    25-SIMACQ-D50-0001 TackLink Modem
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme Division, is conducting a Sources Sought Notice to gather market research for the acquisition of computer modems and related cables, particularly the TacLink Computer Modem (Part Number: 903152-801). This procurement is crucial for military applications, and the strategy is currently envisioned as Sole Source, with Raytheon identified as the potential contractor. Interested parties are encouraged to submit information regarding their capabilities, business size, and cost estimates by February 12, 2025, to influence whether the procurement will be open to small businesses or involve broader competition. For inquiries, contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
    Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a contract to Leidos Incorporated for the procurement of Non-Recurring Engineering (NRE) services to update and integrate the Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite into the Integrated Defensive Electronic Countermeasures (IDECM) Hardware Suite. This contract will cover the fiscal years 2025 through 2027 and will include necessary updates identified during government testing. The ARC software suite is critical for enhancing the electronic warfare capabilities of the F/A-18 aircraft, ensuring operational effectiveness against evolving threats. Interested parties may express their interest and capabilities by contacting the primary point of contact, Kathleen Erickson, at kathleen.m.erickson13.civ@us.navy.mil, or the secondary contact, Sean McManus, at sean.t.mcmanus7.civ@us.navy.mil, prior to the closing date of the synopsis.
    LCC ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the LCC ASSY, a component critical to military operations. This procurement falls under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing, and requires compliance with various quality assurance and inspection standards as outlined in the solicitation. The LCC ASSY is essential for ensuring reliable communication systems within the Navy, highlighting its importance in maintaining operational readiness. Interested vendors should direct inquiries to Alexandra R. Durham at 717-605-6457 or via email at ALEXANDRA.R.DURHAM.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    58--CONTROL,INTERROGATO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of a specific control and interrogation component, identified by NSN 7E-5895-015935824. The procurement is for repair or modification services, and the government has determined that it is uneconomical to purchase the data or rights necessary to contract this part from other sources, thus limiting the solicitation to a single source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals due within 45 days of the notice publication. For further inquiries, potential vendors can contact Prabit Dhital at (717) 605-4358 or via email at PRABIT.DHITAL.CIV@US.NAVY.MIL.
    AN/SPN-43C Shipboard Air Traffic Control Radar System
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to negotiate a sole source contract with BAE Systems Technology Solutions & Services Inc. for the procurement of AN/SPN-43C Servo Amplifier Circuit Card Assemblies (CCAs) and Bottom Plates, which are critical components of the AN/SPN-43C Navy Shipboard Air Traffic Control Radar System. These items are essential for maintaining the operational integrity of the radar system, as they are the only equipment that has been tested and complies with established Program Directives. Interested parties are invited to submit responses within fifteen (15) days of the notice publication, with a deadline set for February 6, 2025, at 1:00 P.M. EST, directed to Truman Harris at truman.b.harris3.civ@us.navy.mil.