Presolicitation Notice for the LROI-COIL
ID: N61331-25-R-TM22Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, intends to award a sole source Requirements Indefinite Delivery, Indefinite Quantity contract to Safran Defense & Space, Inc. for life-cycle support services related to the Long-Range Optical Interrupter – Compact Optical Interrupter Laser (LROI-COIL). This procurement aims to ensure the continued operational effectiveness of fielded units and the acquisition of new units to support the U.S. Navy. The contract is critical for maintaining the capabilities of advanced optical systems used by the Navy, with a sources sought notice previously published to gauge interest. Interested parties can reach out to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil or Brandon Hayes at brandon.d.hayes11.civ@us.navy.mil for further information.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
12--TURRET,SENSOR-SIGHT
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 turret sensor-sight components as part of a spares requirement for the MH-60R helicopter DCRPS system intended for Foreign Military Sales (FMS). This procurement is critical for maintaining operational readiness and support for the specified helicopter systems, ensuring that they are equipped with the necessary components for effective performance. Interested vendors should note that early and incremental deliveries are preferred, and all contractual documents will be considered issued upon transmission via mail, facsimile, or electronic methods. For further inquiries, potential bidders can contact Kelly M. Lynch at 215-697-3566 or via email at KELLY.M.LYNCH5.CIV@US.NAVY.MIL.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Repair- 1 EA RECEIVER, INFRARED
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure repair services for an infrared receiver from Northrop Grumman Systems Corp on a sole source basis. The procurement involves the repair of one unit of NSN: 865015916897, P/N: 001-008087-0006, which is critical for electronic countermeasures and is exclusively supported by the Original Equipment Manufacturer (OEM). This opportunity emphasizes the importance of compliance with government protocols, including the submission of capability statements and adherence to specific delivery and invoicing requirements. Interested parties should direct their inquiries and submissions to Shamus Roache at Shamus.F.Roache.Civ@us.navy.mil, with the solicitation expected to be issued on March 27, 2025, and proposals due by May 13, 2025.
59--PHOTO SENSOR, WB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of photo sensors under the title "59--PHOTO SENSOR, WB." This procurement aims to acquire commercial products that meet specific technical and quality requirements, as outlined in the solicitation documents, which include various inspection and acceptance criteria. The photo sensors are critical components for military applications, ensuring reliable performance in various defense systems. Interested vendors should direct inquiries to Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL, and are reminded that pricing for quotations must remain valid for 60 days post-submission.
Wamco, Inc seven NSNs
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources capable of manufacturing seven National Stock Numbers (NSNs) related to optoelectronic devices and associated hardware. Interested parties are requested to provide information on their ability to manufacture the specified items, including the location of their manufacturing facilities and points of contact, to assist in identifying potential approved sources. The NSNs include various digital indicators and displays, which are critical components for military applications. Responses should be directed to Suzanne Maginn at suzanne.maginn@dla.mil or by phone at 614-692-7055, with additional inquiries directed to Kristina Wolf at kristina.wolf@dla.mil or 614-692-7879. Companies wishing to be considered as approved sources must submit a Source Approval Request (SAR) package demonstrating their capability to meet or exceed the quality of the original equipment manufacturer.
NAWCAD WOLF Instrument Landing System (ILS) hardware, software, repair parts and services, training, other navigation equipment
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with Indra Air Traffic, Inc. for the procurement of Instrument Landing System (ILS) hardware, software, repair parts, services, training, and other navigation equipment, specifically to support systems like the AN/GRN-33(V). This procurement is critical as Indra Air Traffic, Inc. is the sole provider with the necessary technical data, manufacturing rights, and expertise to deliver the required components and spares for the ILS. The Government plans to establish a five-year Basic Ordering Agreement with Indra Air Traffic, Inc., and interested parties must direct their responses to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil by the specified response date and time.
Notice of Intent to Sole Source Lynx OS 7.0 Software Support
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole-source contract to Lynx Software Technologies, Inc. for the renewal of software licenses and maintenance support for the LynxOS 7 Real-Time Operating System. This procurement includes essential services such as software license renewal, annual maintenance subscriptions, and security patch support, which are critical for the operational requirements of the Mission Software Fleet Support Team (MSFST) handling the MH60RS. The contract will ensure uninterrupted software support for mission-critical operations, with a performance period of one year from the effective date of the purchase order. Interested parties may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within three calendar days of this notice for consideration in determining the need for competitive procurement.
12--PERISCOPE SUBASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Periscope Subassembly, under the NAVSUP Weapon Systems Support Mechanism. This procurement focuses on the repair of existing units, with no consideration for new procurement or replacements, and requires compliance with specific government inspection and acceptance standards. The Periscope Subassembly is critical for optical sighting and ranging applications in military operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes via email to James Lewis at James.E.Lewis5@navy.mil by April 30, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
PORT SENSOR ASSY
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 a Port Sensor Assembly. This contract involves the purchase of spare parts that must be manufactured, tested, and inspected in accordance with specified military standards and drawings, with particular emphasis on compliance with engineering source approval requirements. The components being acquired are classified as "critical," necessitating that only companies with prior approval from Naval Air Systems Command are eligible for award, although any company may submit a source approval request. Interested parties can reach out to Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further information regarding this solicitation.
58--VIEWER,NIGHT VISION, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of night vision viewers, identified by NSN 7R-5855-015901553-QE, with a quantity of 138 units required. This procurement necessitates engineering source approval to ensure the quality of the parts, as the items are flight critical and require unique design capabilities and manufacturing knowledge from approved sources. Interested vendors must submit their proposals along with the necessary documentation for source approval, as the government intends to negotiate with only one source under FAR 6.302-1, with a deadline for submissions within 45 days of the notice. For further inquiries, interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL.