1370 - Decoy, Infrared Countermeasure, MJU-64/B Decoy, Infrared Countermeasure, MJU-66/B
ID: N0010425RK040Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Explosives Manufacturing (325920)

PSC

PYROTECHNICS (1370)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to manufacture infrared countermeasure decoys, specifically the MJU-64/B and MJU-66/B models. The procurement involves providing labor, materials, and facilities necessary for the production of these decoys, which are critical for use across various Army, Navy, and Air Force platforms. Interested parties are encouraged to submit capability statements in response to this sources sought notice, as the government intends to consider all responses prior to the closing date. For further inquiries, Brent Wagner can be contacted at brent.wagner2.civ@us.navy.mil, and Lesley Coomes at lesley.coomes@navy.mil.

    Point(s) of Contact
    Brent Wagner brent.wagner2.civ@us.navy.mil
    lesley.coomes@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    58--COUNTERMEASURES SET
    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 four units of a flight-critical electronic countermeasures set, identified by NSN 7R-5865-016999355-P8 and reference number 698558-303. This procurement requires government source approval prior to contract award, as the item is deemed critical for flight operations, and only previously approved sources will be considered for solicitation. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the required information will result in disqualification from the award process. For inquiries, interested parties can contact Timika Nicholson at (215) 697-2582 or via email at TIMIKA.NICHOLSON@NAVY.MIL.
    16--ASSY,MRTLIGHT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure six units of the ASSY, MRTLIGHT, identified by NSN 7R-1680-016447165-EY, from approved manufacturers. This procurement is limited to General Atomics Co., Foster-Miller, and QinetiQ North America Inc., as the government does not own the rights to the data necessary for additional sourcing, making reverse engineering uneconomical. Interested parties must submit their capabilities and qualifications to the contracting officer, Kimberly Flores, via email by the specified deadline, with the anticipated award date set for March 2025. This procurement will not be a Total Small Business Set-Aside, and electronic procedures will be utilized for the solicitation process.
    1377 - 1377-01-492-6460 and 1377-01-492-6470 WB55 and WB 56 JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to manufacture the JAU-76/A and JAU-77/A Initiators, Cartridge Actuated, identified by NSNs 1377-01-492-6460 and 1377-01-492-6470. The procurement aims to secure labor, materials, and facilities necessary for the production of these items, which are critical components used in the F-18 and T-45 weapon systems. Interested parties are encouraged to submit capability statements, as the government intends to negotiate with only one source under FAR 6.302-1, with all responses considered prior to the closing date of this sources sought notice. For further inquiries, interested contractors may contact Alex Bonner at alexander.bonner@navy.mil.
    58--MECHANICAL SUB ASSE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking a contractor for the repair and modification of a specific electronic countermeasure component, identified by NSN 7E-5865-016892499. The procurement involves a quantity of 11 units, with delivery terms set to FOB Origin, and the Government intends to negotiate with only one source under FAR 6.302-1 due to the specialized nature of the repair. This equipment plays a critical role in military operations, and the ultimate awardee must be a repair depot certified by a DOD-cognizant technical authority. Interested parties are encouraged to express their interest and capability within 15 days of this notice, and they can contact Randy Stoker at (717) 605-4682 or via email at RANDY.STOKER1@NAVY.MIL for further details.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    58--RECEIVER,COUNTERMEA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of electronic countermeasures equipment, identified as the Receiver, Countermea. This contract aims to fulfill specific requirements related to item unique identification, quality assurance, and timely delivery of supplies, which are critical for national defense operations. The procurement is governed by various regulations, including the Buy American Act and Equal Opportunity provisions, emphasizing the importance of compliance and quality in defense contracting. Interested vendors can reach out to Connor C. Lewis at 215-697-4757 or via email at CONNOR.C.LEWIS@NAVY.MIL for further details, with proposals expected to adhere to the outlined specifications and timelines.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – Repair and Spares buy of the Inertial Measurement Unit (IMU) and associated line items
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought for the repair and procurement of the Inertial Measurement Unit (IMU) and associated line items. This procurement is critical for supporting the Raytheon family of Electro-optic/Infrared (EO/IR) Systems, specifically the Multispectral Targeting System (MTS). The government intends to negotiate solely with Northrop Grumman Systems Corporation, the original equipment manufacturer, due to their ownership of the technical data rights, although all responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must respond by February 5, 2025, at 2:00 PM Eastern Time, and inquiries should be directed to Jamie Wilson at jamie.k.wilson1.civ@us.navy.mil. Please note that no funding is currently available for this effort, and responses will not be reimbursed.
    58--RECEIVER,COUNTERMEA
    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 three units of a flight-critical electronic countermeasure receiver, identified by NSN 7R-5865-017083360-P8 and reference number 131K831G05. This procurement requires government source approval prior to contract award, as the technical data available does not support full and open competition, meaning only previously approved sources will be considered. The successful offeror must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to do so will result in disqualification from the award process. Interested parties should contact Connor C. Lewis at (215) 697-4757 or via email at CONNOR.C.LEWIS@NAVY.MIL for further information, and they are encouraged to submit their proposals promptly to meet government requirements.
    IRST Block II Full Rate Production (FRP) - Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking sources for the Full Rate Production (FRP) of the IRST Block II, which includes Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs). This procurement aims to enhance the capabilities of naval aviation systems by providing critical electronic components necessary for advanced targeting and situational awareness. The goods and services sought are vital for maintaining the operational readiness and effectiveness of military aircraft. Interested vendors should contact Jessica Williams at jessica.l.williams265.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil for further details regarding this opportunity.
    13--SHELL,AFTERBODY FW
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the SHELL, AFTERBODY FW, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires adherence to specific quality and inspection standards, including compliance with various military specifications and standards, to ensure the integrity and performance of the torpedo components being produced. The goods are critical for national defense applications, emphasizing the importance of quality assurance and timely delivery. Interested vendors should contact Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, with proposals expected to align with the outlined requirements and deadlines.