LN-251 Interim Solution
ID: N00019-24-RFPREQ-TPM231-0326Type: Presolicitation
Overview

Buyer

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

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    LN-251 Interim Solution
    Currently viewing
    Presolicitation
    Similar Opportunities
    Sources Sought for Northrop Grumman Systems Corporation Basic Ordering Agreement (BOA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to establish a sole source Basic Ordering Agreement (BOA) with Northrop Grumman Systems Corporation for the procurement of supplies and services supporting various United States Navy (USN) and Foreign Military Sales (FMS) programs. The procurement encompasses a wide range of naval aviation platforms, including but not limited to the C-2, E-2, V-22, and various unmanned aerial systems, highlighting the critical role these components play in national defense and military operations. Interested parties may submit capability statements to express their interest, although the government intends to negotiate exclusively with Northrop Grumman due to their unique qualifications and expertise. For further inquiries, interested vendors can contact Ashley Corazza or Evan Riedell via email, with the BOA expected to be available for issuing orders over a five-year period.
    E-2 Advanced Hawkeye PSE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to solicit a firm-fixed price contract on a sole source basis with Northrop Grumman Defense Systems Sector for the procurement of Peculiar Support Equipment (PSE) in support of the E-2D Advanced Hawkeye program. The required items include various specialized tools and equipment such as landing gear trunnions, compressors, and network analyzers, which are critical for the maintenance and operational readiness of the E-2D aircraft. This procurement is essential for ensuring the effective functioning of the E-2D Advanced Hawkeye, a vital asset for naval surveillance and reconnaissance missions. Interested parties may submit responses within fifteen days of the notice publication, and inquiries can be directed to Melanie Simon at melanie.k.simon.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
    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.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole-source repair of an Antenna Assembly, specifically NSN 7R-5985-015874766-P8, from Northrop Grumman Systems Corp. The procurement involves the repair of one unit, with no available drawings or data for alternative sourcing, as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational capabilities, and interested parties must submit their capabilities and qualifications to the primary contact, Jason J. Sklencar, via email by the specified deadlines, with the solicitation expected to be issued on October 14, 2024, and proposals due by November 14, 2024.
    58--PROGRAMMER, EWSP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part identified as the Programmer, EWSP, under the NSN 7R-5865-014373373. The procurement involves a competitive solicitation for one unit of this electronic countermeasure equipment, with a focus on approved sources such as Northrop Grumman Systems and BAE Systems Info, among others. This equipment is critical for electronic warfare systems, ensuring operational readiness and effectiveness in defense applications. Interested vendors must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for proposals set at 45 days from the publication date, and an anticipated award date of December 23.
    16--ECU,AIRCRAFT,MATERI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure seven units of a flight-critical aircraft component identified by NSN 7R-1680-015834344-V2. This procurement requires engineering source approval from the design control activity to ensure the quality of the part, as the item is essential for maintaining operational capabilities and cannot be acquired through full and open competition due to its unique design and manufacturing requirements. Interested suppliers must be approved sources or submit detailed qualification information along with their proposals, as the contract award will only be made to those meeting the necessary qualifications at the time of award. For inquiries, potential bidders can contact Jena Visconto at (215) 697-2910 or via email at JENA.VISCONTO@NAVY.MIL, with proposals due within 45 days of the notice publication.
    AMU Correction of the CDZC Software with Windows 10
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source contract with General Electric Aviation Systems (GEAS) for the correction of the CDZC Software to be compatible with Windows 10. This procurement is critical as GEAS is the sole designer and developer of the AMU and PCMCIA Cards, possessing the unique expertise and technical data necessary to meet the performance requirements for aircraft platforms. Interested parties may express their interest and capability to the government, which will consider all information received prior to the closing date of October 21, 2024, at 4:00 PM Eastern Time. For inquiries, contact Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil.
    ADU-1062/E Ground Handling Equipment Adapter and Spacer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the manufacturing and machining of the ADU-1062/E Ground Handling Equipment Adapter and Spacer, Foundation Support, as part of the Next Generation Jammer (NGJ) program. This procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracts, and will be executed under a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by 4:00 PM EDT on October 29, 2024. For further inquiries, potential offerors can contact Devin Hader at devin.l.hader.civ@us.navy.mil or Jennifer Casale at jennifer.n.casale2.civ@us.navy.mil.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is based on a sole-source justification under FAR 6.302-1, as the government does not own the data or rights necessary to purchase or contract repair from alternative sources, making reverse engineering uneconomical. This component is critical for maintaining operational capabilities within the Navy's electronic systems. Interested parties are encouraged to express their interest and capabilities within 45 days of this notice, with all inquiries directed to Troy L. Cobaugh at (717) 605-1514 or via email at troy.cobaugh@navy.mil.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.