REQUEST FOR INFORMATION (RFI) – ENGINEERING SERVICES, SUPPLIES, AND SUSTAINMENT/READINESS FOR SUPPORT OF THE AEGIS AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, RADAR TRANSMITTER GROUPS, AND ANCILLARY RADAR SYSTEM EQUIPMENT
ID: N0016424SNC10Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
    Description

    REQUEST FOR INFORMATION (RFI) – ENGINEERING SERVICES, SUPPLIES, AND SUSTAINMENT/READINESS FOR SUPPORT OF THE AEGIS AN/SPY RADAR SYSTEM, MK99 FIRE CONTROL SYSTEM (FCS), AN/SPS-49 RADAR SYSTEM, RADAR TRANSMITTER GROUPS, AND ANCILLARY RADAR SYSTEM EQUIPMENT

    The Department of Defense, specifically the Department of the Navy, is seeking engineering services, supplies, and sustainment/readiness support for the AEGIS AN/SPY Radar System, MK99 Fire Control System (FCS), AN/SPS-49 Radar System, Radar Transmitter Groups, and ancillary radar equipment. These services and supplies are used to support the AEGIS AN/SPY Radar System, MK99 Fire Control System (FCS), AN/SPS-49 Radar System, Radar Transmitter Groups, and ancillary radar equipment including AEGIS Microwave Tubes. The Naval Surface Warfare Center, Crane Division located at Crane, IN intends to award a sole source Basic Order Agreement (BOA) and associated job orders to Raytheon Company. The procurement is being conducted on a sole source basis due to substantial duplication of costs and unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement for consideration, but the decision to compete this proposed contract action is solely within the discretion of the Government. Interested parties are encouraged to submit company and product literature, a white paper, and/or other pertinent information to demonstrate their capability to provide the engineering services and supplies required. The response to this RFI is not a commitment by the Government to issue a formal solicitation or award a contract. Interested parties must be properly registered in the Government System for Award Management (SAM) to receive an award. For more information, contact Ms. Susan Eckerle at telephone 812-381-7159 or email susan.k.eckerle.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    Repair of the F-15 APG-82(V)1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the repair of critical components in the F-15E radar system, including the Radar Power Supply (RPS), Common Integrated Sensor Processor (CISP), Receiver Exciter (REX), and Active Electronically Scanned Array (AESA). The government seeks contractors with the necessary expertise and capabilities to meet the qualification requirements for these repairs, noting that it does not own the technical data for these items, which currently limits the repair options to Raytheon Technologies as the sole source. Interested parties, both large and small businesses, are encouraged to participate in the Contractor Capability Survey to demonstrate their qualifications, with the understanding that participation does not guarantee future contract awards and that no expenses will be reimbursed. Responses to the survey are due by the specified deadline, and inquiries can be directed to Kennedi Hoffman at kennedi.hoffman@us.af.mil or Phillip Russell at phillip.russell.9@us.af.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.
    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.
    5998 - Sources Sought Various SPQ-9B NSNs Spare and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking sources for various spare and repair parts associated with the SPQ-9B radar system, as outlined in a presolicitation notice. The procurement involves multiple National Item Identification Numbers (NIINs) and includes items such as power supplies, filters, receivers, valves, and circuit card assemblies, with estimated quantities detailed in the attached document. These components are critical for maintaining the operational readiness and sustainment of military capabilities. Interested suppliers are encouraged to submit capability statements to the primary contact, Royce Hoffman, at royce.hoffman@navy.mil, by the specified response date, as the solicitation will be available no earlier than that date.
    Solicitation for Repair Long Term Contract, SPY-1 Radar System
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking a long-term contract for the repair of SPY-1 Radar Systems. The Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) aims to award a five-year requirements contract for the repair of 149 NIINs, with detailed quantities specified in the solicitation. This procurement focuses on maintaining operational readiness by ensuring the reliable functioning of the SPY-1 Radar Weapon System. Interested parties should contact Lance Geesey at 717-605-1313 or lance.geesey1@navy.mil for more information on this opportunity.
    58--DISPLAY UNIT,RADAR - AND SIMILAR REPLACEMENT PARTS, 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 qualified vendors for the procurement of 12 units of radar display units and similar replacement parts for repair and modification purposes. The solicitation is focused on the National Stock Number (NSN) 7R-5841-010963945-FB, and interested parties must ensure compliance with qualification requirements at the time of award, as outlined in FAR clause 52.209-1. These radar equipment components are critical for airborne applications, emphasizing the importance of maintaining operational readiness within naval operations. Interested vendors can obtain additional information and necessary documentation through the DOD Single Stock Point, and should direct inquiries to Meghan E. Gubicza at (215) 697-2782 or via email at MEGHAN.E.GUBICZA.CIV@US.NAVY.MIL.
    USNS ROBERT E. PEARY Remote Radar Display
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for a Remote Radar Display to be installed on a T-AKE vessel, with a focus on acquiring specific components from Northrop Grumman Systems Corporation. The procurement includes two critical items: a processor and a lamp ring assembly, which are essential for maintaining the operational integrity of T-AKE class ships and must be sourced exclusively from the original manufacturer due to compatibility and proprietary rights. Interested vendors must submit their quotations by September 12, 2024, with delivery expected by August 31, 2024, at a designated location in Norfolk, Virginia. For further inquiries, potential bidders can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or Thomas White at thomas.l.white222.civ@us.navy.mil.
    – SOLE SOURCE – REPAIR AND MANUFACTURE OF AN/SPS-49 SOLID STATE HIGH VOLTAGE SWITCH AND BIAS POWER SUPPLY
    Active
    Dept Of Defense
    The U.S. Navy intends to award a sole-source contract to Polarity Inc. for the repair and manufacture of AN/SPS-49 Solid State High Voltage Switch and Bias Power Supply. Given that Polarity Inc. holds proprietary knowledge and engineering expertise, they are the only suitable candidate for this $6.6 million contract. The Navy requires these services to support the AEGIS AN/SPS-49 Radar System and PBLO, with deliveries being FOB Destination. This contract, which will be issued on a firm-fixed-price basis, is expected to be awarded in the third quarter of Fiscal Year 25. AN/SPS-49 Solid State High Voltage Switch and Bias Power Supply are crucial for the Navy's radar system, ensuring the functionality and reliability of their equipment. Interested parties should reach out to the primary point of contact, Jacob LaFree, via email or phone by the closing date: 11 September 2024 at 2:00 PM EDT, and ensure they are registered on the Government System for Award Management database.
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Receiver-Transmitter units, identified by NSN 7RH 5841 016691341 and P/N 300A380-4. The requirement includes a total quantity of 15 units, with a specific emphasis on compliance with various quality and delivery standards, including a desired delivery timeframe of 90 days or less. These units are critical for radar equipment used in airborne applications, underscoring their importance in defense operations. Interested vendors must submit their proposals via email to Dana Scott at dana.l.scott14.civ@us.navy.mil by September 19, 2024, and must adhere to the source approval process outlined in the NAVSUP WSS Source Approval Brochure.