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
1377 - 1377-01-394-1271 UWARS PARACHUTE RELEASE ASSEMBLY (FROST) P/N 1814-017-02 NSN 1377-01-394-1272 UWARS PARACHUTE RELEASE ASSEMBLY (KOCH P/N 1814-017-01
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking suppliers for the procurement of UWARS Parachute Release Assemblies, including 225 units of the Frost model and 332 units of the Koch model. These assemblies are critical components used in military operations, and the procurement will adhere to strict safety and security protocols due to the explosive nature of the items involved. Interested vendors are encouraged to submit capability statements, as the government intends to negotiate with a single source under FAR 6.302, with the solicitation expected to be available no earlier than the response date for this notice. For further inquiries, potential bidders can contact Alex Bonner at 717-604-4237 or via email at alexander.bonner@navy.mil.
1560 - 014781918 , 013177906, and 016250798
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to modify Basic Ordering Agreement N00383-22-G-YY01 on a sole source basis with The Boeing Company to add three National Item Identification Numbers (NIINs): 014781918, 013177906, and 016250798. This procurement is specifically for spare parts and repair support, with NIIN 014781918 designated solely for spares orders, while the other two NIINs will be utilized for both spares and repairs. The goods are critical as they pertain to airframe structural components, and the Government does not possess the necessary data to procure these items from alternative sources, making Boeing the sole known provider. Interested parties may submit capability statements or proposals within 45 days of the notice, and should direct inquiries to Dylan Payne at dylan.e.payne.civ@us.navy.mil.
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.
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.
1377 - 1377-01-423-2502 and 1377-01-423-1008 and 1377-01-439-0910 CCU-133/A, Impact Initiator and BBU-58/A, Front Mount Initiator and CCU-132/A, Impulse Cartridge
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure explosives-related items, including the CCU-133/A Impact Initiator, BBU-58/A Front Mount Initiator, and CCU-132/A Impulse Cartridge, under the presolicitation notice. The procurement involves specific quantities of items with delivery terms set as FOB Destination for certain deliverables and FOB Origin for others, with a pre-award safety survey required due to the nature of the explosives involved. These items are critical for military operations, necessitating adherence to stringent safety and security protocols as outlined in the solicitation. Interested parties are encouraged to submit capability statements to the contracting officer, Alex Bonner, at 717-604-4237 or via email at alexander.bonner@navy.mil, within 15 days of this notice, as the solicitation will be available no earlier than the response date.
FUSE,CARTRIDGE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of cartridge fuses under the title "FUSE, CARTRIDGE." The contract requires manufacturers to produce fuses that meet specific design, material, and dimensional requirements as outlined in the associated technical documents, ensuring compliance with quality assurance standards and packaging specifications. These fuses are critical components used in various defense applications, emphasizing the importance of reliability and adherence to military specifications. Interested vendors should direct inquiries to Jon Zeigler at 717-605-5696 or via email at JON.ZEIGLER@NAVY.MIL, with proposals expected to be valid for 60 days following the closing date of the solicitation.
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.
1377 - SS67 MK109 MOD 1 Canopy Jettison Rocket Motor (CJRM)
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of the SS67 MK109 MOD 1 Canopy Jettison Rocket Motor (CJRM), identified by NSN 1377-01-454-9321, with a requirement for 362 units. This procurement involves the delivery of items that include first article testing, production lot testing, and contractor data requirements, with specific safety and security measures due to the explosive nature of the items. The solicitation will be available on Beta.SAM.gov, and interested parties are encouraged to express their interest and capability to meet the government's requirements within 15 days of this notice. For further inquiries, potential bidders can contact Ashley Leonard at 717-605-1686 or via email at ashley.l.leonard4.civ@us.navy.mil.
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.