PMA-281 Airwing Shipboard Integration Installations
ID: N00019-24-RFPREQ-WPM281-0214Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Engineering Services (541330)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a contract for the PMA-281 Airwing Shipboard Integration Installations, focusing on maintenance, repair, modernization, and installation services for various systems supporting the U.S. Navy's aircraft carriers. The contract will encompass a full spectrum of non-inherently governmental services, including system integration, fleet support, and information assurance sustainment, critical for enhancing mission capabilities within PMA-281. Chugach Dynamic Solutions, LLC, the anticipated awardee, is uniquely positioned to fulfill this requirement due to its extensive experience and sole ownership of the necessary technical data packages and systems knowledge. Interested parties can direct inquiries to Shannon Pico at shannon.l.pico.civ@us.navy.mil, with the contract award expected in July 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
    Integration and De-Integration Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for integration and de-integration services related to the Navy Submarine Launched Unmanned Aerial System (SLUAS) All Up Round (AUR). The procurement focuses on the integration of proprietary Hammerhead Canisters with Blackwing 10C UAVs, which are critical for enhancing submarine capabilities and operational readiness. The contract will span from September 2025 to August 2027, with a base year and an option year, and interested parties must submit their quotes by July 21, 2025. For further inquiries, potential bidders can contact Abigail Peckham at abigail.r.peckham.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil.
    1560 - Pre-Solicitation Synopsis: Intent to Renew the Strategic Sustainment Solution (S3) Basic Ordering Agreement to maximize end-to-end support of all supplies and services for the attached NIINs.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), intends to renew a Basic Ordering Agreement (BOA) to enhance end-to-end support for supplies and services related to specific National Item Identification Numbers (NIINs) associated with the F/A-18 A-D legacy Hornet, F/A-18 E-F Super Hornet, EA-18G Growler, and Foreign Military Sales (FMS) customers. This renewal will span a five-year ordering period, facilitating future delivery and task orders for repair coverage and spare components, with the procurement being limited to The Boeing Company due to exclusive ownership of the necessary intellectual property and criticality of the items. Interested parties must be formally approved by the Navy Design Agent Authority to be eligible for award, and while submissions for Source Approval Requests (SAR) are welcomed, the government will not delay the award process pending approval. For further inquiries, interested firms can contact Tara R. Hartung at 771-229-0458 or via email at tara.r.hartung.civ@us.navy.mil.
    V-22 Technology Refresh “Digital Backbone”
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is conducting market research to identify potential sources for innovative network solutions, referred to as the "Digital Backbone," for the V-22 Osprey aircraft. The primary objective is to enhance the aircraft's ability to rapidly integrate new capabilities and disseminate avionics information without traditional OEM integration, thereby allowing for the onboarding of third-party applications. This initiative is crucial for improving the V-22's operational efficiency and adaptability to evolving mission requirements, with potential work anticipated to begin in 2027. Interested parties are encouraged to submit their responses, including company information and proposed solution concepts, by 5:00 PM ET on September 5, 2025, to Kady M. Harris at kady.m.harris.civ@us.navy.mil and Marissa Fields at marissa.g.fields.civ@us.navy.mil.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    Digital Air Data Computer (DADC)
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWC-AD), intends to award a sole source Firm Fixed Price contract to Innovative Solutions & Support (IS&S) for software updates on the Digital Air Data Computer (DADC) utilized in United States Navy and Marine Corps F-5N/F aircraft. The primary objective of this procurement is to enhance the DADC software to enable the export of fault codes and to address issues related to nuisance cautions caused by certain input signals, which are critical for the safety and operational efficiency of the aircraft. This software update is essential due to the proprietary nature of the DADC design, which limits the ability of other vendors to meet these specific requirements. Interested parties must submit their responses by 2 P.M. EST on July 18, 2025, to Sheryl Pope at sheryl.m.pope.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    LHD Midlife
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Blanket Order Agreement to Woodward Inc. for non-recurring engineering services related to the LHD 1 Class Midlife Electric Plant Control System. The procurement involves the development of a comprehensive software suite, including Graphical Application Program (GAP) Software, Human Machine Interface (HMI) Software, and Model and Simulation development, which are critical for lab-based testing and software validation prior to shipboard installation and commissioning. This initiative is vital for ensuring the operational readiness and efficiency of naval vessels, with the procurement being conducted under the authority of 10 U.S.C. 3204(a)(1), allowing for negotiation with a single source. Interested parties may express their interest and capability by contacting Karen G. Johnson at karen.g.johnson17.civ@us.navy.mil, with the applicable NAICS code being 541330 and a size standard of $25,500,000.
    Elevator Support Unit (ESU)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is preparing to solicit a contract for the procurement of engineering support, maintenance, operator training, and technical repair services for shipboard elevators and cargo handling equipment on U.S. Navy Aircraft Carriers and Amphibious Ships. This contract aims to ensure the effective overhaul, modernization, and repair of critical systems installed on vessels such as CVNs, LPDs, LHDs, LHAs, and LSDs, with work expected to occur globally at major locations including Norfolk, VA; San Diego, CA; Bremerton, WA; Everett, WA; and Yokosuka, Japan. The anticipated contract will be awarded through full and open competition as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to access sensitive technical data related to the solicitation. For further inquiries, interested parties may contact Sakeena Siddiqi at sakeena.s.siddiqi.civ@us.navy.mil or Tyler Pacak at tyler.p.pacak.civ@us.navy.mil.
    NAWCAD WOLF ASI Division Naval Avionics Platform Integration Emulator (NAPIE)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking contractors to provide support for the Naval Avionics Platform Integration Emulator (NAPIE) project, which includes technical development planning, design, prototyping, equipment integration, and testing. This procurement aims to enhance the rapid prototyping of military and civilian avionics technologies, aligning with the Chief of Naval Operations’ Navigation Plan (NAVPLAN) and ensuring compliance with Department of Defense specifications. Interested contractors currently on-boarded in the RAPID MAC Pool 6 are encouraged to express their intent to bid on this forthcoming Request for Offer (RFO), with submissions due by 12:30 PM EST on July 21, 2025. For further inquiries, interested parties may contact Emilee Pierce at emilee.n.pierce.civ@us.navy.mil or Amy Davis at amy.g.davis.civ@us.navy.mil.