Repair and Rebuild of Advantor Access Control Systems (ACS)
ID: N68335-25-Q-0179Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Advantor Systems Corporation for the repair and rebuild of Advantor Access Control Systems (ACS). This procurement aims to support the Prototype, Manufacturing, and Test Division (PMTD) by ensuring the functionality and reliability of critical security systems. Advantor Systems Corporation is uniquely positioned to fulfill this requirement, as they are the only distributor capable of providing the necessary solutions. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    Transponders
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure transponders on a sole-source basis from Uavioni, located in Bigfork, MT. This procurement is essential due to the unique form, fit, and function required for the transponders, which are classified under the PSC code 5825 for radio navigation equipment. Interested firms that believe they can meet the specified requirements are invited to submit a capability statement to the primary contact, Virginia Dennison, at virginia.j.dennison.civ@us.navy.mil, within five days of the notice publication, referencing solicitation number N6893625Q5025. All responsible sources must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    BinLens 3.0 Software License
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with ObjectSecurity for a five-year standalone site license for the BinLens 3.0 Binary Analysis Platform. This procurement includes virtual machine images, docker/kubernetes containers, installation and configuration support, and updates to support the Prototype, Manufacturing, and Test Division (PMTD). The BinLens 3.0 software is critical for binary analysis, and ObjectSecurity is identified as the only distributor capable of fulfilling the government's requirements. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643.
    PERSONNEL BODY SCANNER SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole-source contract to LINEV Systems for the procurement and installation of an advanced personnel body scanner system at the Naval Consolidated Brig Miramar (NCBM) in San Diego, California. This initiative aims to enhance the security posture of the facility by effectively detecting potentially dangerous items carried by individuals, thereby improving overall safety and security measures. The contract is justified under FAR 13.106(1), indicating that only one responsible source can meet the agency's requirements, and the anticipated award date is on or before March 31, 2025. Interested vendors must submit a capability statement by 3:10 PM PST on March 18, 2025, via email to Idele Queen at queen.e.idele.civ@us.navy.mil, detailing their qualifications and authorization as distributors of the product.
    Repair of Repairables 7
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to award a sole source Delivery Order to Northrop Grumman Systems Corporation for the Repair of Repairables and Weapons Replaceable Assemblies (WRAs) for Fiscal Years 2026 through 2029. This procurement involves the repair, support, calibration, and repackaging of the AN/AAQ-24 Department of Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) Test WRAs and Shop Replaceable Assemblies (SRAs), as well as the conversion and repair of fielded Advanced Threat Warner (ATW) WRAs to meet Acceptance Test Procedure standards. The initiative is critical for maintaining the operational readiness and effectiveness of the Navy's aircraft systems. Interested parties can reach out to Rebecca W. Bravo or Jessica L. Guy-Dietrich via email for further inquiries, while subcontracting opportunities can be discussed with Mary Cho at Northrop Grumman Systems Corporation.
    Repair of Data Concentrator
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    59--ACCESS CONTROLLER
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking to procure an ACCESS CONTROLLER. This item is typically used for controlling access to a specific area or building. The procurement will take place at DLA MARITIME - PUGET SOUND in BREMERTON, WA. The primary contact for this procurement is JOHN IVERSEN, who can be reached at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    58--PANEL,CONTROL,ELECT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 14 units of the control panel (NSN 7G-5895-013754766) for repair and modification purposes. The procurement is characterized as a presolicitation notice, indicating that the government does not own the data or rights necessary to contract repair from additional sources, making it uneconomical to reverse engineer the part. This control panel is crucial for maintaining operational capabilities within naval systems, and interested parties are encouraged to contact Taylor Arroyo at (717) 605-2383 or via email at TAYLOR.R.ARROYO2.CIV@US.NAVY.MIL for further details. The solicitation emphasizes that qualification requirements must be met at the time of award, and interested vendors have 15 days from the notice to express their interest in providing a commercial item that meets the government's needs.
    16--ACTUATOR,MECHANICAL, 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 a mechanical actuator, specifically NSN 7R-1680-015988197-V2, from Triumph Gear Systems, the sole source provider. The procurement involves the repair of six units of the actuator, which is critical for various aircraft operations, and no alternative sources are available due to the lack of data and drawings owned by the government. Interested parties may submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for May 2025; inquiries should be directed to Elise M. Anzini at elise.m.anzini.civ@us.navy.mil.
    70--CIRCUIT CARD ASSEMB, 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 circuit card assemblies. The procurement involves a total quantity of nine circuit card assemblies, identified by NSN 7H-7050-015383579, which must be delivered to designated distribution centers in Pennsylvania and California. These assemblies are critical components for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive procurement, thus opting for a sole-source solicitation. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Kelsey Gring, via email at KELSEY.GRING@NAVY.MIL, with a response deadline of 45 days from the notice publication date.