Risk Reduction in support of future Avionics Management System (AMS) Software builds for CH-53K
ID: 25-TPM209-0159Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT COMPONENTS AND ACCESSORIES (H216)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Air Division, intends to negotiate a Delivery Order with Rockwell Collins, Inc. for risk reduction activities related to future software builds of the Avionics Management System (AMS) for the CH-53K helicopter. The procurement aims to enhance engineering software development, testing, code efficiencies, and evaluate new hardware, ensuring the AMS meets future capabilities throughout its lifecycle. This acquisition is pursued on a sole-source basis due to Rockwell Collins, Inc.'s unique position as the original developer of the AMS, holding all necessary data rights and resources. Interested parties may submit capability statements to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil or call 301-904-3571, although no contract will be awarded based on offers received in response to this notice.

    Point(s) of Contact
    Bonnie M. Walsh, Contract Specialist
    (301) 904-3571
    bonnie.m.walsh.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    NIIN TO BOA N0038323GS201
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, intends to solicit a sole source contract for the repair of a digital converter part from Rockwell Collins. The procurement specifically targets the repair of the item with NIIN 014110193 and part number 822-0454-001, which is critical for maintaining operational capabilities in aircraft systems. As the Original Equipment Manufacturer (OEM), Rockwell Collins is the only known source for this repair, and interested parties must submit capability statements within 15 days of the notice to be considered, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    Repair of Data Concentrator
    Active
    Dept Of Defense
    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.
    16--CONTROL,BLADE FOLD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure three units of the CONTROL, BLADE FOLD (NSN 7R-1680-013147878-VH) from approved sources, specifically Sikorsky, IMP Aerospace, and Hamilton Sundstrand. This procurement is critical as it involves specialized aircraft components for military operations, and the government has determined that these items can only be sourced from the Original Equipment Manufacturer (OEM) due to the lack of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Christophe M. Kilcourse, via email at christopher.kilcours@navy.mil within 15 days of this notice, with the anticipated award date set for February 2025. This procurement will not be a Total Small Business Set-Aside, and electronic procedures will be utilized for the solicitation process.
    16--HUMS ASSY,AIRCRAFT,, 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 to procure seven units of the HUMS Assembly for aircraft, under a presolicitation notice. The procurement involves a specific item identified by NSN 7R-1680-016816215-E7, with a part number of 123AV92020-3, and the government intends to negotiate with only one source due to the unique nature of the requirement. This assembly is critical for aircraft operations, and the delivery will be on a FOB origin basis. Interested parties are encouraged to express their interest and capability to respond within 45 days of the notice, with all proposals considered for the potential competitive procurement process. For further inquiries, interested vendors can contact Tara B. Kupperstein at (215) 697-3608 or via email at TARA.B.KUPPERSTEIN.CIV@US.NAVY.MIL.
    JEDI Lab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to negotiate and award a Delivery Order to Rockwell Collins, Inc. for the provision of 973F-5 Test Fixtures in support of the USAF JEDI Lab Program Office. This acquisition is being pursued on a sole-source basis due to the unique nature of the AN/ARC-210(V) electronic protection radio systems and associated support equipment, which are deemed commercial products, and for which Rockwell Collins will not provide the necessary technical data for competitive procurement. Interested parties may express their interest and capability by responding to this notice, with all inquiries directed to Mackenzie Buscher via email by October 31, 2024, at 2:00 PM Eastern Time. This notice is not a request for proposals, and the government will not fund the development of alternative sources.
    6650 - Optical Instruments; COMBINER, GLASS HEAD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the purchase and repair of a glass head combiner, specifically National Stock Number (NSN) 7R 6650 014488493, from Rockwell Collins Inc. This procurement is critical for Foreign Military Sales (FMS) and is governed by the authority of 10 U.S.C. 2304(c)(1), indicating that only one responsible source can meet the agency's requirements. Interested parties have a 15-day window to submit capability statements or proposals, with the solicitation expected to be issued on October 31, 2024, and responses due by December 2, 2024. For further inquiries, potential bidders can contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil.
    16--FOLD HINGE ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source requirement for the FOLD HINGE ASSEMBLY, part number 70108-28103-044, with a quantity of 8 units. This procurement is critical for maintaining helicopter rotor blade functionality, as the specified assembly is essential for operational readiness and safety. The government intends to negotiate exclusively with Sikorsky, as they are the only source capable of fulfilling this requirement due to the lack of available drawings or data for alternative suppliers. Interested parties may submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 45 days of this notice, although the procurement will not be delayed for new source approvals.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    N00383-24-Q-3260
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for a Basic Ordering Agreement (BOA) related to the repair and modification of components within the H-53 System. This procurement aims to establish a framework for ordering repair services, ensuring compliance with military standards for inspections, packaging, and delivery, while emphasizing the contractor's responsibility for all necessary labor, materials, and facilities. The agreement is crucial for maintaining operational readiness of military aircraft, reinforcing accountability and traceability in defense logistics. Interested contractors can reach out to Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details regarding the solicitation N00383-24-Q-3260.
    V-22 FLIGHT TEST SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to negotiate a Delivery Order under Basic Ordering Agreement N0001922G0002 for V-22 flight test support, specifically targeting the Bell Boeing Joint Program Office. The contractor will be responsible for providing essential supplies and services for the ongoing V-22 flight test program, which includes Research, Development, Test and Evaluation, and Foreign Military Sales testing for Japan, requiring on-site support at Naval Air Station Patuxent River and Hurlburt Air Force Base. This procurement is critical as it ensures the continued development and operational readiness of the V-22 Tiltrotor aircraft, with the planned award date set for January 2026. Interested parties may submit capability statements to Karamie L. Platt at karamie.l.platt.civ@us.navy.mil or Constance L. Humiston at constance.l.humiston.civ@us.navy.mil within fifteen days of the notice publication.