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
  1. 1
    Posted Dec 12, 2023 12:42 PM
  2. 2
    Updated Dec 12, 2023 12:42 PM
  3. 3
    Due Dec 27, 2023 5:59 PM
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
Presolicitation
Similar Opportunities
SOLE SOURCE - MANUFACTURE, REFURBISHMENT, TEST, OVERHAUL, AND/OR REPAIR THE SPQ-9B ANTENNA RADOME, PN N040001
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center (NSWC) Crane has issued a combined synopsis and solicitation (N00164-24-Q-0203) for a sole source contract. The requirement is for the manufacture, refurbishment, testing, overhaul, and repair of the SPQ-9B Antenna Radome, PN N040001. The work scope includes system manufacturing, engineering change proposals, evaluation of radomes, overhaul, repairs of different classes, serialization, testing, and certification. The supplies and services will be contracted under a five-year agreement with CPI Radant Technologies Division Inc. as the intended sole source. Interested parties must register in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access the controlled attachments related to this opportunity. Offerors are required to submit their quotes and necessary information by email before the stated deadline. This opportunity seeks to negotiate a contract under the FAR Part 13 written procedure, with applicable amendments posted on the SAM website. Eligible vendors are advised to regularly check the website for any updates. For any clarifications or questions, vendors may contact Kathy Davidson at kathy.j.davidson.civ@us.navy.mil.
F-35 Lightning II Joint Program Office Aircraft Armament Equipment (AAE) BRU-67, BRU-68, LAU-147, and LAU-147A/A Procurement – Notice of Intent
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The F-35 Lightning II Joint Program Office intends to award a sole source contract to L3Harris for the procurement of Aircraft Armament Equipment (AAE) BRU-67, BRU-68, LAU-147, and LAU-147A/A. These equipment are used for the F-35 aircraft and are essential for its armament capabilities. L3Harris is the only known qualified and responsible source capable of fulfilling the requirements specified. The contract is anticipated to be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with delivery starting in 2028. Interested sources may submit a capability statement, proposal, or quotation for consideration. The deadline for response is August 1, 2024, at 1500 Eastern Time. For more information, contact Kieran Farrell at Kieran.Farrell@jsf.mil.
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.
Telemax Robot Repairs
Active
Dept Of Defense
The Department of Defense intends to award a sole-source contract to Aero Vironment Inc. for repairs of the Telemax Telerob EOD Robot. The company is the exclusive provider of these robots and associated services in the US. This special notice is not a request for proposals. The government retains the discretion to determine whether to compete the contract based on responses received. If you wish to demonstrate your ability to meet the robot repair requirements, you must contact Johanna Paz by email before 11:00 AM EST on 02 August 2024. All responses must be clearly marked with the solicitation number W50S8F24QA018. Aero Vironment Inc. has the necessary technical capabilities and proprietary knowledge to provide the required services. The government's intention to award them the contract is justified due to the specialized nature of the equipment and the company's unique ability to fulfill the requirements.
1005 - This is a 5 year requirements contract for spares/repairs of 38 NIINs for the MK38 Gun System. AMC/RMC 3R, WSC:BM4
Active
Dept Of Defense
The U.S. Department of Defense, specifically the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), seeks to award a sole-source contract for spares and repairs of the MK38 Gun System. NAVSUP WSS intends to negotiate with BAE Systems Land and Armaments, LP, as they are the only responsible source capable of meeting the military's requirements. This 5-year requirements contract involves the procurement and repair of 38 National Item Identification Numbers (NIINs), outlined in Attachment A. The MK38 Gun System is a critical component that requires specialized attention, and BAE Systems' expertise and proprietary knowledge are essential for the required repairs. The scope of work includes the delivery of repaired or replacement parts and on-site technical support as needed. The contract will be managed by the Mechanicsburg branch of NAVSUP WSS. Interested parties should express their capability to meet the requirements to Derek Ford at derek.j.ford@navy.mil within 10 days of the publication of this notice. This is a Presolicitation notice, and the government reserves the discretion to decide on the competition of this contract. The contract is expected to be funded through the Department of the Navy, with an estimated value of up to $5 million over the 5-year period. The contract type will be determined during the negotiation process. All applications must include a capability statement, and the selection will be based on the applicant's ability to meet the unique requirements and the urgency of the military's needs. The contact for this opportunity is Derek Ford, whose details are provided above.