SOURCES SOUGHT – NEW MANUFACTURING OF THE AN/SPG-62 REFLECTOR FOR THE MK-99 FIRE CONTROL SYSTEM (FCS)
ID: N0016424SNB85Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, Crane Division, seeks industry input for a critical US Navy project. They require new manufacturing capabilities for the AN/SPG-62 Reflector, a key component in the MK-99 Fire Control System used in the Navy's Aegis Weapons System.

    This opportunity falls under the NAICS code 334511 for specialized manufacturing and PSC 5985 for antennas and waveguides. Companies with expertise in these areas should have the capacity to manufacture these specialized reflectors, adhering to stringent technical specifications and quality standards. The Statement of Work (SOW) outlines the comprehensive requirements for production, delivery, and quality assurance.

    Interested parties should have an ISO 9001-2015 certified quality management program and the ability to concurrently produce these reflectors. Additionally, they must be willing to adhere to strict guidelines on counterfeit parts prevention and government-furnished equipment. The government will provide some equipment and maintain ownership of it throughout the contract period.

    This potential contract, planned as an IDIQ type, has an estimated duration of five years and includes Foreign Military Sales. Respondents should have the capabilities, experience, and resources to fulfill this requirement and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to receive further documents.

    The government emphasizes that this is a sources sought announcement, indicating no funding availability at this stage. It is primarily intended for market research and information gathering. Responses are due by 12 August 2024, and any costs incurred by companies in preparing their submissions will not be reimbursed.

    For clarity, interested parties should contact Ragan Gaskill at the NSWC Crane Contracting Division, using the provided email and phone number. Further details, including the DRAFT SOW, can be found in the attached file.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for manufacturing and delivering SPG62 Antenna Reflectors and associated components for the MK99 Fire Control System used in the US Navy's Aegis Weapons System. The primary objective is to produce these reflectors, adhering to strict technical specifications and quality standards. Manufacturers must have the capacity for concurrent production and must undergo testing and quality assurance processes. The government provides some equipment and maintains ownership of it. This work is part of a larger project with multiple CLINS, including the manufacturing of first articles, production, and government-furnished equipment maintenance. The statement also covers requirements for handling and reporting on government-furnished property, with strict guidelines on accountability and inventory reporting. Data deliverables related to testing, compliance, inventory, and technical documentation are required. Contractors must have an ISO 9001-2015 compliant quality program and follow strict guidelines on counterfeit parts to ensure the integrity of the supply chain. Key dates and timelines are not explicitly mentioned in the provided text. However, the SOW indicates that the production and delivery of these reflectors are time-sensitive, with potential consequences if contractual timelines are not met.
    Similar Opportunities
    REQUEST FOR INFORMATION/SOURCES SOUGHT (RFI/SS) – AN/ALE-47 COUNTERMEASURE CHAFF-FLARE LAMINATED BREECHPLATES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from potential sources capable of manufacturing Countermeasure Chaff-Flare Laminated Breechplates as specified in NAVAIR Drawing 30003-3837AS100. The procurement aims to identify businesses with the technical capabilities to produce these components, which are critical for the AN/ALE-47 system, ensuring compliance with stringent manufacturing standards and environmental testing requirements. Interested parties must respond by September 10, 2024, at 3:00 PM EDT, and should direct inquiries and submissions to Clayton Raber or Becky Minks via the provided email addresses. Note that there is currently no funding available for this effort, and responses will be used for market research purposes only.
    59--ANTENNA
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking to procure 10 units of NSN 7H-5985-014068555, a specialized antenna governed by strict military specifications. This equipment is critical for ensuring optimal communication and connectivity in military operations. Interested parties should note that the government lacks the necessary data and rights to acquire this equipment from additional sources, and reverse engineering is not a feasible option. As such, this procurement is being conducted to source the required antennas from a single capable provider. All responsible contractors are encouraged to respond with proposals, which will be considered for a potential sole-source contract award. Contact Lamar R. Crummel at lamar.crummel@navy.mil or via phone at (717) 605-6474 for more information. Funding for this opportunity is in place, totaling $140,000. Deadlines to respond are urgent, with capability statements due within 15 days and proposals due in 45 days.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    FY23-27 AEGIS Weapon System (AWS) MK99 Fire Control System (FCS) Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a federal contract for the production of Fire Control System (FCS) MK 99 equipment sets, primarily to Raytheon Missiles and Defense (RMD). This contract will consist of a base year and up to four option periods, supporting the DDG 51 Class Shipbuilding Program and Foreign Military Sales to allied Navies, along with necessary engineering and technical support. The FCS MK 99 is critical for naval operations, and RMD is the only qualified source capable of meeting the production and technical support requirements within the specified timeline. Interested parties may express their interest and capability within 15 days of this notice, but this is not a request for competitive proposals; all submissions will be at the submitter's expense. For further inquiries, contact Kathleen Dwyer at kathleen.t.dwyer.civ@us.navy.mil or Robert Larkin at robert.j.larkin@navy.mil.
    FEEDHORN HEATERS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking qualified contractors to manufacture and deliver SPG-62 Antenna Anti-Icing Feedhorn Heaters, specifically part numbers 53711-6849837-1 and 53711-6849837-2. The procurement includes the production of six first article test units for evaluation, followed by an order for 22 production units of each part number, with a total purchase amount not to exceed $250,000. This equipment is critical for ensuring the operational reliability of naval systems in adverse weather conditions. Interested vendors must submit their quotes by September 11, 2024, at 12:00 PM EST, and can direct inquiries to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil.
    FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of engineering services and materials related to the AN/SPS-48 Radar program, which is critical for U.S. Navy operations. The government aims to assess market capabilities and gather recommendations on contract types and acquisition strategies for the long-range, three-dimensional air search radar system, which is expected to remain operational for decades. Responses are invited from both large and small businesses with expertise in radar design, testing, and maintenance, with a submission deadline of August 8, 2024. Interested vendors should direct inquiries to Stuart Grosvenor or Thomas Williams via the provided contact information for further details on participation.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of an antenna assembly, identified by NSN 7R-5985-015874866-P8, with a quantity of one unit required for delivery FOB origin. This procurement is critical as the item is flight critical and requires Government source approval prior to contract award; only previously approved sources will be considered, and new sources must submit detailed information as outlined in the NAVSUP WSS Source Approval Information Brochures. Interested parties must ensure compliance with the qualification requirements and submit their proposals along with the necessary documentation by the specified deadline, with inquiries directed to Sarah E. Crompton at (215) 697-5809 or via email at SARAH.CROMPTON@NAVY.MIL.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    59--CONTROL,ANTENNA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a control antenna under the presolicitation notice titled "59--CONTROL,ANTENNA, IN REPAIR/MODIFICATION OF." The procurement involves the National Stock Number (NSN) 7R-5985-200044195-P8, with delivery terms set to FOB Origin, and the government intends to negotiate with only one source under FAR 6.302-1. This equipment is critical for various defense applications, emphasizing the importance of reliable antenna systems in military operations. Interested parties are encouraged to submit their proposals or capability statements within 45 days of the notice, and for further inquiries, they may contact Carolyn A. Clark at (215) 697-1073 or via email at CAROLYN.A.CLARK30.CIV@US.NAVY.MIL.
    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.