Joint Standoff Weapon (JSOW) FY24 Repair of Repairables
ID: N00019-24-RFPREQ-WPM201-0030Type: Presolicitation
Overview

Buyer

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

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVAL AIR SYSTEMS COMMAND for the repair of Joint Standoff Weapon (JSOW) FY24 Repair of Repairables. The notice states that Raytheon Missile & Defense (RAY) in Tucson, AZ will be awarded a sole source Delivery Order to provide engineering and technical support for the investigation, analysis, study, and resolution of technical issues related to the repair of eight JSOW C-1 AIP All-Up-Rounds (AURs), with an option to repair ten additional missiles. The notice emphasizes that this is not a request for competitive proposals and that Raytheon is the sole designer, developer, and manufacturer of the JSOW, making them the only company with the necessary knowledge, production tooling, facilities, and technical data to meet the requirement. The notice also mentions the possibility of subcontracting opportunities with Raytheon Missile & Defense.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    16--CONTROL AND STATUS - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure control and status replacement parts for miscellaneous aircraft accessories and components. The procurement involves a sole source contract intended for Raytheon Company, with a quantity of six units required, and delivery terms set to FOB origin. These parts are critical for flight operations, necessitating engineering source approval to ensure quality and compliance with government standards. Interested parties must submit their qualifications and any required documentation to Hayden Young at the provided contact details, with a response deadline of 45 days from the notice publication date.
    Multi-Spectral Targeting Sensor (MTS) Notice of Intent to Sole Source
    Buyer not available
    The Missile Defense Agency (MDA) intends to award a sole source contract to Raytheon Company for engineering services related to the Multi-Spectral Targeting Sensor (MTS). This contract will encompass research, development, operations, maintenance services, modifications to existing MTS sensors, and procurement of new sensors, justified under FAR regulations. The MTS is critical for national defense, and Raytheon, as the original equipment manufacturer, is recognized as the only provider capable of meeting the MDA's specific requirements. The contract will be structured as an indefinite delivery indefinite quantity (IDIQ) with a combination of cost reimbursement and fixed-price orders over a 10-year period, identified under contract number HQ0860-25-D-0001. Interested parties may submit capability statements by the specified deadline, but the MDA will not reimburse costs incurred in responding to this notice. For inquiries, contact Ambros Montoya at ambros.d.montoya.civ@mda.mil or Marcus A. Mansfield at marcus.mansfield@mda.mil.
    16--TCA - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure replacement parts for aircraft, specifically NSN 7R-1680-015927961-E7, with a quantity of 2 units. The procurement is intended to be a sole source award to Raytheon Company due to the necessity of engineering source approval and the critical nature of the parts, which require unique design capabilities and manufacturing knowledge that are not readily available from other sources. Interested parties must submit their qualifications and source approval requests, as the government will not consider proposals that do not meet the specified requirements. For further inquiries, interested vendors can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL.
    JOB ORDER SOLE SOURCE – REPAIR SERVICES FOR SEWIP AN/SLQ-32(V)7 BLOCK 3 SUBSYSTEM
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking repair services for the SEWIP AN/SLQ-32(V)7 Block 3 subsystem, with a focus on the functional block 3 configuration. The procurement aims to provide essential lifecycle support, including the repair of configuration items, updates to the latest approved configurations, and associated data for the Surface Electronic Warfare Improvement Program (SEWIP). This specialized service is critical for maintaining the operational readiness of the AN/SLQ-32 family of systems, with the contract anticipated to cover one base year and two option years, totaling three years. Interested parties must submit capability statements by April 2, 2025, and can direct inquiries to Heather Allen at heather.n.allen.civ@us.navy.mil or by phone at 812-381-7262.
    16--RADOME INTRLCK ARM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part known as the Radome Interlock Arm for the P-8 aircraft. This procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing this specific spare part due to the lack of available drawings or data for alternative suppliers. Interested parties have the opportunity to submit capability statements or proposals within 45 days of the notice, although the government plans to award the contract to Boeing, with an anticipated award date of May 20, 2025. For further inquiries, interested organizations can contact Jessica M. Gershenfeld at jessica.m.gershenfeld.civ@us.navy.mil.
    10--TAILCONE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two Tailcone Assemblies under a sole source contract with L3 Harris Technologies Inc. The specific requirement involves the repair of NSN 7R-1095-016106975-FA, with no available drawings or data for alternative sourcing, as L3 Harris is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals due within 45 days of the presolicitation notice. Interested parties can submit their capabilities and qualifications via email to Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil, with an anticipated award date in July 2025.
    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.
    Buyer not available
    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.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Buyer not available
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    APX-119 Digital Control Panel (DCP) FOR F-5 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole source contract to Raytheon Technologies Corporation (RTX) for software modifications to the Digital Control Panel (DCP) used in the F-5 Adversary aircraft. This procurement aims to enhance the existing DCP software, which is critical for the operational capabilities of the Navy's fleet, as RTX is the Original Equipment Manufacturer (OEM) and holds the necessary technical data and intellectual property. The contract is set for a duration of twelve months, from June 19, 2025, to June 18, 2026, with a focus on editing approximately 1,275 Software Lines of Code (SLOCs). Interested parties may submit capability statements to the primary contact, Kristin Nelson, at kristin.nelson@navy.mil, or the secondary contact, Catrina Farrell, at catrina.m.farrell.civ@us.navy.mil, by 11:00 AM EST on March 31, 2025.