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
    Tomahawk Block V and Block Va All-Up-Round (AUR) Hazards of Electromagnetic Radiation to Ordnance (HERO) Qualification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus-Fixed-Fee Delivery Order to Raytheon for the Tomahawk Block V and Block Va All-Up-Round Hazards of Electromagnetic Radiation to Ordnance (HERO) Qualification. The procurement involves comprehensive electromagnetic technical management, HERO test planning, and related support and reporting, with a performance period anticipated to last 12 months. This contract is critical as Raytheon is the sole manufacturer of the Tomahawk Missile System, possessing the unique expertise and technical data necessary for this effort. Interested parties may submit capability statements to Drew Moreland at drew.r.moreland.civ@us.navy.mil, with the anticipated award date in March 2025 and contract performance expected to commence 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.
    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.
    FY23-27 AEGIS Weapon System (AWS) MK99 Fire Control System (FCS) Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a federal contract for the production of Fire Control System (FCS) MK 99 equipment sets, primarily to Raytheon Missiles and Defense (RMD). This contract will consist of a base year and up to four option periods, supporting the DDG 51 Class Shipbuilding Program and Foreign Military Sales to allied Navies, along with necessary engineering and technical support. The FCS MK 99 is critical for naval operations, and RMD is the only qualified source capable of meeting the production and technical support requirements within the specified timeline. Interested parties may express their interest and capability within 15 days of this notice, but this is not a request for competitive proposals; all submissions will be at the submitter's expense. For further inquiries, contact Kathleen Dwyer at kathleen.t.dwyer.civ@us.navy.mil or Robert Larkin at robert.j.larkin@navy.mil.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    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.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking to identify potential sources for a non-competitive acquisition related to the PATRIOT Missile systems and support services from Raytheon Company, a subsidiary of RTX Technologies, Inc. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for performance-based supply chain management and logistics support, which includes maintenance planning, inventory management, and sustainment engineering for Raytheon-manufactured systems. This initiative is critical for ensuring the operational readiness and reliability of defense systems, with the anticipated contract including a five-year base period and three five-year option periods. Interested parties must submit their responses by October 2, 2024, at 4:00 PM Eastern Standard Time, via encrypted email to Johnna Bursk at johnna.bursk@dla.mil, referencing SPRBL1-RTX-2025.
    1680 FMS REPAIR OF RECOVERY SEQUENCER
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking qualified contractors to provide repair services for two units of the Recovery Sequencer, a critical component for the F18 aircraft, intended for the country of Australia. The procurement aims to restore these government-owned articles to operational condition, requiring labor, materials, and facilities for the repair process. This opportunity is particularly significant as it supports the operational readiness of military assets under the Foreign Military Sales program, ensuring compliance with military standards and quality control throughout the repair process. Interested parties should contact Connor Lewis at connor.c.lewis.civ@us.navy.mil, with proposals due within five days of the notice publication, as the government intends to solicit only one source, Teledyne RISI, under the authority of FAR 6.302-1.
    Notice of Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to RTX Corporation, doing business as Pratt & Whitney, for specialized tooling required for the Auxiliary Powerhead of the LCAC 100 series crafts. The procurement involves the manufacturing of two sets of tooling components, which are critical for repairs and maintenance of existing Powerhead systems, as Pratt & Whitney is the exclusive manufacturer of these proprietary parts, with no substitutes available. This sole source action underscores the importance of obtaining unique and compatible tools for mission success, with an estimated delivery date set for July 31, 2025. Interested parties wishing to challenge this sole source determination must submit their written responses to Joseph Frech at joseph.l.frech.civ@us.navy.mil for consideration.
    16--SENSOR,POSITION BLO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific sensor component, NSN 7R-1680-017028215, from General Atomics, the Original Equipment Manufacturer (OEM). The procurement involves the repair of 15 units of the sensor, which is critical for various defense applications, and no drawings or data are available for alternative sourcing. Interested parties are encouraged to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for September 2024; inquiries can be directed to Michael J. Dickens at MICHAEL.J.DICKENS1@NAVY.MIL.
    Repair of 7R5999014830657
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific antenna (NSN: 7R5999014830657) from Triman Industries Inc. This sole source requirement involves the repair of an aircraft antenna, which is critical for operational capabilities. The procurement process will follow FAR Part 15, and interested parties must submit their capabilities and qualifications to the primary contact, Helen I. Carmelo, via email at helen.i.carmelo.civ@us.navy.mil, within 15 days of this notice. The anticipated award date for this contract is November 2024, and it is important to note that this procurement is not a Total Small Business Set-Aside.
    Solicitation for the Repair of Electron Tube, 10 KW Traveling Wave Tube
    Active
    Dept Of Defense
    Presolicitation Notice/Synopsis for the Repair of Electron Tube, 10 KW Traveling Wave Tube The Department of Defense, specifically the Department of the Navy, is seeking to procure the repair of approximately 540 Electron Tube, 10 KW Traveling Wave Tubes. These tubes, with the National Stock Number (NSN) 7HH 5960-01-322-1337 and Part Number 5730321, are used in naval supply systems. Teledyne Defense Electronics, LLC, located in Rancho Cordova, CA, is the sole source for this repair contract. The repair requires access to Teledyne Defense Electronics' proprietary data and methods, as well as approval from the Naval Surface Warfare Center, Crane Division. Interested parties may express their capability to respond to this requirement within fifteen days.