FUZE Engineering Investigation for F-35 Testing
ID: N00019-25-RFPREQ-WPM201-0083Type: Presolicitation
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

BOMBS (1325)
Timeline
  1. 1
    Posted Nov 12, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 12, 2024, 12:00 AM UTC
  3. 3
    Due Nov 27, 2024, 5:59 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to issue a sole source Delivery Order to Northrop Grumman for an Engineering Investigation (EI) related to the testing of FMU-139 fuzes for F-35 variant platforms. This procurement aims to document the testing of 20 NGC-owned fuzes to secure approval for their use across all F-35 models, highlighting the critical role these components play in military operations. Northrop Grumman is uniquely positioned to fulfill this requirement as the sole designer and manufacturer of the FMU-139D/B fuzes, possessing the necessary expertise and resources. Interested parties may express their capabilities to the primary contact, Elizabeth Scott, at elizabeth.a.scott84.civ@us.navy.mil, or secondary contact Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, although the government will not compensate for any responses received.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Intent to Sole Source - XM914E1 System
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Northrop Grumman Systems Corporation for the procurement of 274 units of the XM914E1 30mm x 113mm Chain Guns, along with training, spares, and associated engineering services. This system is critical for the Ground Based Air Defense (GBAD) program and is the only known solution that meets the unique requirements of the USMC, including compatibility with the MADIS Inc. 1 Command & Control software. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a five-year performance period, and interested parties may submit their interest and capability statements by 1000 local time on April 17, 2025, to the primary contacts, Justin McPherson and Stasia Baker, via their provided emails.
MK22 Initiators Synopsis
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Indian Head Division (NSWC IHD), is seeking to procure MK22 Initiators on a sole source basis from Pacific Scientific Energetic Materials Company. The contractor will be responsible for fabricating, inspecting, testing, and delivering these initiators in accordance with specific Department of the Navy technical standards and specifications, including Technical Drawing 525-174-0137 REV E and MIL-DTL-32106-5. These initiators are critical components for various defense applications, and the decision to award this contract on a sole source basis is justified under 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other supplier can meet the agency's needs. Interested parties must submit their correspondence by April 15, 2025, to Diane Hicks at diane.d.hicks.civ@us.navy.mil, and large files should be compressed as specified.
59--FUSEHOLDER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of fuseholders under a federal contract. This procurement involves the production and quality assurance of fuseholders, which are critical components used in various electrical applications to ensure safety and functionality. The contract includes specific requirements for inspection, packaging, and compliance with military standards, emphasizing the importance of quality and reliability in defense-related supplies. Interested vendors should contact Jessica Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses.
The Naval Air Warfare Center Aircraft Division Webster Outlying Field (WOLF) Identification Friend or Foe (IFF) Products
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with BAE Systems, Inc. for the procurement of hardware, spares, and incidental services related to Identification Friend or Foe (IFF) products. This procurement includes essential items such as various Digital Interrogators and Common Transponders, which are critical for life cycle engineering and sustainment of military identification systems. The Government plans to issue a five-year Basic Ordering Agreement with BAE Systems, the sole designer and manufacturer of the required equipment, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other sources can fulfill these requirements. Interested parties must submit their responses via email to Truman Harris at truman.b.harris3.civ@us.navy.mil by the specified deadline.
12--ELECTRONIC UNIT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 64 electronic units, identified by NSN 1R-1270-016791336-ZR and reference number 10088529. This procurement is critical for aircraft gunnery fire control components, emphasizing the importance of these units in enhancing military operational capabilities. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their interest and capability statements within 45 days of this notice. For further inquiries, potential bidders can contact Lydia M. Shaloka at (215) 697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
14--DETENT ASSEMBLY,GUI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 163 units of the Detent Assembly, GUI, identified by NSN 1R-1440-015001270-QF. This procurement is critical for the supply of guided missile launchers, and the contract will be negotiated with a single source under FAR 6.302-1, indicating a specialized requirement. Interested parties are encouraged to submit their interest and capability statements within 45 days of this presolicitation notice, with the understanding that the government may not compete this contract based on the responses received. For further inquiries, potential bidders can contact Jeremy P. Barney at (215) 697-1234 or via email at JEREMY.P.BARNEY.CIV@US.NAVY.MIL.
1680 - FMS Repair of NRP, CONTROL DISPLAY (1 unit)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair two units of NRP, CONTROL DISPLAY for the country of Japan. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned items to operational condition, specifically for the E-2 aircraft. The government intends to solicit only one source, Northrop Grumman Systems Corporation, due to the lack of available data for repairs; however, all responsible sources may submit capability statements within five days of the notice. Interested parties can contact Liem Phan at 215-697-5722 or via email at liem.m.phan.civ@us.navy.mil for further information.
FUOI CNCTR ADPTR CB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of the FUOI CNCTR ADPTR CB, a component critical for military applications. The procurement requires adherence to specific material and physical standards, with detailed marking and inspection protocols as outlined in military specifications. This contract is significant for ensuring the reliability and functionality of military equipment, with a delivery timeline of 90 days post-award. Interested vendors can reach out to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details and to submit proposals.
1377-00-409-1096, MD33; 1377-00-409-1097, MD36; 1377-01-448-7159, SS45; 1377-01-
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting procurement for explosive items identified by part numbers 1377-00-409-1096, MD33; 1377-00-409-1097, MD36; and 1377-01-448-7159, SS45. The procurement is restricted to Pacific Scientific, located in Hollister, CA, and includes a limited drawing package, although no paper copies will be provided, and drawings are not available on CD. These items are critical components in the manufacturing of cartridge and propellant actuated devices, necessitating a Safety Survey due to their explosive nature. Interested parties can reach out to Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil for further details.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.