SOLE SOURCE – COMBAT SYSTEM MISSION CREW WORKSTATION (CS-MCW)
ID: N0016425GJW74_0002Type: Presolicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, intends to award a sole-source contract for the procurement of Combat System Mission Crew Workstation (CS-MCW) shipsets to BAE Systems Information and Electronics. This procurement involves a base year quantity of seven CS-MCW shipsets, with an option for an additional ten, specifically designed for the P-8A Poseidon aircraft, and is necessitated by the unique capabilities and technical data that BAE possesses as the Original Equipment Manufacturer. The anticipated delivery schedule for this acquisition is 24 months post-award, with the contract expected to be awarded on February 26, 2026. Interested parties may submit capability statements or proposals to the primary contact, Ross Adams, at ross.m.adams2.civ@us.navy.mil, by the closing date of August 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The OPSEC in Unclassified Contracts Checklist ensures compliance with SECNAVINST 3070.2A regarding Operational Security (OPSEC) in federal contracts. It mandates that all contracts include OPSEC stipulations and undergo a review to identify any critical or sensitive information. The checklist covers contractor responsibilities, such as the need for an OPSEC plan, data deliverables, and the inclusion of critical information in solicitation documents. Specific questions guide the review process, determining whether OPSEC requirements have been established and if assistance is needed for language development. The document underscores the importance of safeguarding sensitive information and outlines a structured approach for contractors to enhance their OPSEC measures. The originator includes their contact details for any required coordination, highlighting a communicative process between government and contractors. The checklist aims to streamline compliance and ensure comprehensive OPSEC integration within contracting processes.
    The document pertains to federal government RFPs (Requests for Proposals) and grants aimed at various projects and services. It outlines guidelines and requirements for submitting proposals, focusing on eligibility criteria, funding programs, and the processes involved in applying for state and local RFPs. The RFPs cover a range of sectors including infrastructure, community services, and environmental projects, reflecting the government's overarching goal to foster economic development and community welfare. Key ideas include clear communication protocols, the importance of adhering to submission deadlines, and the need for compliance with federal regulations. Each proposal must demonstrate its feasibility, cost-effectiveness, and innovative approaches to meet the objectives outlined in the RFP. Supporting details emphasize the necessity of detailed documentation, including budgetary constraints and deliverable timelines, to ensure transparency and accountability. Additionally, there’s a focus on the collaborative effort expected between governmental agencies and applicants to achieve desired outcomes. This document is essential for organizations seeking government assistance and ensures that applicants understand the complex framework within which federal grants and RFPs operate, ultimately aiming to enhance service delivery and community engagement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    SOLE SOURCE – EA-18G/P-8A/ALQ-99 ENGINEERING SERVICES AND SUPPLIES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source engineering services and supplies for the EA-18G, P-8A, and ALQ-99 systems. This procurement aims to fulfill specific technical support and engineering requirements essential for the operational readiness and maintenance of these advanced military platforms. The services and supplies are critical for ensuring the effectiveness and reliability of the systems in various defense operations. Interested parties can reach out to Theresa Jones at theresa.a.jones2.civ@us.navy.mil or call 812-381-7164 for further details regarding this opportunity.
    MK 110 Mod 0 Gun Mount (GM) - FY26 Spares
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) for the procurement of spare and component parts in support of the MK 110 MOD 0 Gun Mount (GM). This procurement is crucial as it ensures the operational readiness and maintenance of the MK 110 GM, which is vital for naval defense capabilities. The order will be awarded to BAE Systems Land and Armaments L.P., the only known source capable of meeting the government's requirements within the necessary timeframe, with no competitive proposals being solicited. Interested parties may submit capability statements to the primary contact, Lydia DiCola, at lydia.j.dicola.civ@us.navy.mil, or the secondary contact, Jennifer Escobar, at jennifer.m.escobar2.civ@us.navy.mil, by the closing time of this notice.
    16--SEAT,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for an aircraft seat, specifically NSN 7R-1680-996691474-P8, on a sole source basis from the Original Equipment Manufacturer (OEM). The procurement involves the purchase of one spare part, P/N MBCS12490-1BA0, with no available drawings or data for alternative sourcing, emphasizing the critical nature of this component for aircraft operations. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for January 2026; inquiries can be directed to Michael J. Brown at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
    61--MISSION CREW WORKST, 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 mission crew workstations, identified by NSN 7R-6130-015855292-P8, with a quantity of 89 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, meaning that only approved sources with the requisite design capability and manufacturing knowledge will be considered for the contract. Interested parties must submit detailed information regarding their qualifications and experience, as well as comply with the Source Approval Information Brochures provided by NAVSUP WSS, to be eligible for consideration. Proposals must be submitted within 45 days of this notice, and any inquiries can be directed to Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI.CIV@US.NAVY.MIL.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    CONFORMAL CONTROLLED RECEPTION PATTERN ANTENNA (C-CRPA) CONTRACT N0042122C0015
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Firm-Fixed Price modification under contract N0042122C0015 for an additional option year (OY5) to procure Conformal Controlled Reception Pattern Antennas (C-CRPA) from BAE Systems Information and Electronics. This procurement is being pursued on a sole-source basis due to BAE Systems' unique engineering expertise and possession of the necessary technical and proprietary data, which are critical to fulfilling the agency's requirements without causing delays. The C-CRPA is vital for enhancing airborne radio navigation capabilities, ensuring operational effectiveness in various defense applications. Interested parties can reach out to Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil or Travora Levasseur at travora.r.levasseur.civ@us.navy.mil for further information.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Buyer not available
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) seeking innovative research proposals to enhance national security across various technical capabilities. The BAA invites submissions related to ten key areas, including Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of fostering revolutionary ideas and technology demonstrators that align with NSWC Crane's mission. Proposals can be submitted on a rolling basis until February 1, 2027, with multiple awards anticipated, funded through contracts, grants, cooperative agreements, or other transaction agreements. Interested parties can contact Scotland McKinzie at scotland.mckinzie@navy.mil or Michael Sprinkle at michael.s.sprinkle3.civ@us.navy.mil for further information.