F/A-18 and EA-18G Fire Suppression Control Alarm Upgrades
ID: N00019-24-RFPREQ-TPM265-0207Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

AIRCRAFT, FIXED WING (1510)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, is planning to award a sole source contract to KIDDE Technologies Inc. for the retrofit kits and upgrades of existing fire protection and safety systems for Fire Suppression Control Alarms (FSCAs) used in F/A-18 and EA-18G aircraft. The procurement involves upgrading the FSCAs from the Dash-3 configuration to the Dash-04 configuration, which includes modifications to the Circuit Card Assembly and the installation of new software, all to be completed within a three-year period. This upgrade is critical for maintaining the operational safety and effectiveness of the aircraft, as KIDDE is the original equipment manufacturer with the necessary expertise and data to fulfill the requirements. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Lyndsay Krebs, at lyndsay.b.krebs.civ@us.navy.mil, within 15 days of this announcement to demonstrate their ability to meet the government's needs.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    1680 - Requirements contract with a five-year ordering period for spares and repairs in support of the FA-18 E-F Super Hornet and EA-18 G Growler MPCDR and UFCD for the USN and Foreign Military Sales.
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors for a requirements contract with a five-year ordering period for spares and repairs related to the F/A-18 E-F Super Hornet and EA-18 G Growler aircraft. This procurement aims to support the U.S. Navy and Foreign Military Sales customers, including nations such as Australia, Finland, and Kuwait, by providing necessary labor, materials, and facilities to manufacture, repair, and modify specified items. The contract will be awarded to ElbitAmerica, Inc. as the sole source due to the critical nature of the items, which require Government source approval prior to contract award. Interested parties should contact Jose F. Montes at 215-697-2558 or via email at jose.f.montes@navy.mil for further details and to submit their capability statements.
    16--JETTISON PANEL - AND OTHER REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure replacement parts, specifically a Jettison Panel and Control Monitor, from Lockheed Martin Corporation on a sole source basis. The procurement includes two units of each part, identified by their respective part numbers and National Stock Numbers (NSNs), with no available drawings or data for alternative sourcing. This acquisition is critical for maintaining operational capabilities, and interested parties must submit their capability statements to the primary contact, Kate N. Schalck, at kate.n.schalck.civ@us.navy.mil, within 45 days of this notice, as the procurement will not be delayed for Source Approval Requests.
    Fuel Signal Conditioner (FSC) Test Bench Fabrication and Qualification Effort
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to issue a Firm Fixed Price contract for the fabrication and qualification of a new Fuel Signal Conditioner (FSC) test bench, intended to replace an obsolete existing test bench. This procurement aims to support the production verification and repair testing of FSCs for the H-1 program, which is critical for maintaining operational readiness and efficiency. The contract is set to be awarded on a sole source basis to BAE Systems Controls Inc., the only responsible source with the necessary expertise and data rights, with an anticipated award in the third quarter of FY25. Interested parties may direct inquiries to Emily Wallace at emily.r.wallace9.civ@us.navy.mil for further information.
    Fire Alarm Control Panel (FACP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia, is seeking to procure three Fire Alarm Control Panels (FACP) on a sole source basis from Fairmount Automation under solicitation number N6449825Q5003. The procurement aims to ensure compliance with stringent safety standards for military facilities, requiring the FACP to meet specific specifications, including Federal Supply Class and National Stock Number, with delivery expected by February 14, 2025. This acquisition is critical for maintaining fire safety and operational readiness within Navy installations. Interested parties should direct any inquiries to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil, as phone calls will not be accepted.
    APX-119 Digital Control Panel (DCP) FOR F-5 AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking sources for the update of the APX-119 Digital Control Panel (DCP) software for F-5 aircraft, aimed at enhancing pilot safety. This requirement arises from the need to revise the current DCP configuration, which is designed for multi-crewed aircraft, to better accommodate the single-pilot operation of the F-5, thereby reducing heads-down time during flight. Interested parties must submit a capability statement by November 11, 2024, at 2:00 PM EDT, detailing their qualifications and experience, with submissions directed to Kristin Nelson and Catrina Farrell via email. This is a Sources Sought notice and does not constitute a commitment to procure goods or services.
    66--BACKUP FLIGHT DISPL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Backup Flight Display (NSN 7R-6610-016207799-E7, REF NR 123SCAV9530-5). This procurement is critical for maintaining operational readiness and safety in flight operations, as the Backup Flight Display is an essential flight instrument. The government intends to solicit and negotiate with only one source under FAR 6.302-1, with proposals due within 45 days of this notice. Interested parties should contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL for further information.
    KC-135R EXTINGUISHER FIRE AIR, NSN: 1680-01-281-2773JY, PN: 34000004-2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the KC-135R Extinguisher Fire Air, identified by NSN 1680-01-281-2773JY and part number 34000004-2. This procurement is a sole source acquisition, emphasizing compliance with military packaging and marking standards, including adherence to United Nations regulations regarding wood packaging materials and Item Unique Identification (IUID) requirements. The fire extinguishers are critical components for aircraft safety and operational readiness, necessitating precise compliance with federal regulations and standards. Interested contractors should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further details regarding the solicitation process.
    15--PROBE,REFUELING,AIR, 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 repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a Basic Ordering Agreement (BOA) under solicitation number N00383-24-Q-0038. This procurement focuses on the repair and modification of government property, particularly the repairable assemblies within the F-18 system, which are critical for maintaining operational readiness and efficiency. The selected contractor will be responsible for adhering to strict quality standards, managing labor and materials, and ensuring compliance with military packaging and shipment regulations over a five-year period. Interested parties can reach out to Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details regarding the submission process and requirements.
    F/A-18E/F AND EA-18G PRODUCTION LINE SHUTDOWN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to procure production line shutdown services for the F/A-18E/F and EA-18G aircraft from The Boeing Company and its subcontractors. The procurement involves the disposition, packaging, and shipment of Government-Furnished Property, Support Equipment, Special Tooling, and Special Test Equipment currently held by Boeing and its suppliers, with a performance period anticipated to last 38 months. This initiative is critical as it ensures the proper management and storage of approximately 18,830 items of Government property, leveraging Boeing's unique access to the necessary technical data and records. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Meya Musso, at yakedra.musso@navy.mil, within 15 days of this announcement, as the procurement is being pursued on a sole source basis.