EMALS Development ECP-I-EMALS-0059 EMALS Catapult Status Dashboard (CSD) and ECP-I-EMALS-0060 EMALS Maintenance Laptop
ID: N00019-25-RFPREQ-TPM251-0129Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LAUNCHING EQUIPMENT (1720)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations for a contract with General Atomics (GA) to procure Engineering Change Proposals (ECPs) for the Electromagnetic Aircraft Launch System (EMALS). This contract will specifically focus on the development of the EMALS Catapult Status Dashboard (CSD) and the EMALS Maintenance Laptop, which are essential for maintaining system availability objectives on Ford Class Carriers. The awarded contract will facilitate necessary Non-Recurring Engineering (NRE), procedure validation, and software/hardware testing associated with these ECPs, which have already been fielded on CVN 78. The anticipated award date is May 2026, with performance extending through December 30, 2029. Interested parties can reach out to Tyler Rowe or Margo O'Rear for further information, and subcontracting inquiries should be directed to Zach Baur at General Atomics.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA under solicitation number N00383-25-R-D049. The procurement aims to ensure that the antenna systems are restored to a Ready for Issue (RFI) condition, with a desired repair turnaround time (RTAT) of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested contractors must submit their proposals by December 8, 2025, at 2:00 PM EDT, and can direct inquiries to Christian M. Markle at 215-697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    Purchase Electronic Systems Test Set Adapters
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure two Electronic Systems Test Set Adapters from Lockheed Martin Corp. This procurement is a sole-source requirement, emphasizing the need for new items with traceability to the original equipment manufacturer, Lockheed Martin Corp., and adherence to specific quality assurance standards. The items are critical for the operational readiness of U.S. Coast Guard aircraft, ensuring reliable testing and maintenance capabilities. Interested vendors must submit their quotations by December 18, 2025, at 10:30 a.m. Eastern Time, with the anticipated award date set for January 6, 2026. For inquiries, contact Rose Bateman at rose.a.bateman@uscg.mil or Jordan Ownley at samuel.j.ownley2@uscg.mil.
    16--ELECTRONIC CONTROL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of electronic control units. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs for the specified items, which are critical components in aircraft operations. The procurement emphasizes the need for compliance with military standards and specifications, ensuring that repaired units are returned to a Ready for Issue (RFI) condition. Interested contractors can reach out to Jessica Laychock at 215-697-3992 or via email at JESSICA.P.LAYCHOCK.CIV@US.NAVY.MIL for further details and to submit their proposals.
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Vertical Launching System (VLS) Launch Sequencer (LSEQ)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting a Sources Sought notice to identify potential sources for the manufacture and delivery of the Vertical Launching System (VLS) Launch Sequencer (LSEQ) and associated components. The procurement encompasses the fabrication, assembly, testing, and delivery of various kits and modules, including Maintenance Assistance Module kits, Ethernet Switch Modules, and Missile Electronics Boxes, adhering to strict quality assurance and configuration management standards. This initiative is critical for maintaining and enhancing naval capabilities, ensuring compliance with military specifications and operational security. Interested parties are encouraged to submit their capability statements and company information to the primary contact, Michael Torres, at michael.l.torres2.civ@us.navy.mil, with responses limited to 20 pages and due by the specified deadline.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    MODULE ASSEMBLY,JET
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking sources for the procurement of approximately 320 units of the MODULE ASSEMBLY, JET, identified by NSN 1720-012204591, under a Total Small Business Set-Aside. This procurement is critical for aircraft launching and recovery equipment, emphasizing the need for compliance with stringent quality and technical requirements, including documentation for source approval and adherence to specific packaging and inspection standards. Interested vendors are encouraged to respond to the Sources Sought Notice by completing the attached market survey and submitting it to Nathanial Young at nathanial.e.young@dla.mil by December 15, 2025, to facilitate the government's acquisition decisions.
    BIAS BOARD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of BIAS BOARD components, specifically increasing the quantity from 5 to 10 units. This procurement falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is classified under PSC code 1680 for Miscellaneous Aircraft Accessories and Components. The items are critical for the Electromagnetic Aircraft Launch System (EMALS) and will require compliance with various quality assurance standards, including ISO 9001 or its equivalent. Interested vendors should note that the due date for submissions has been extended to December 19, 2025, at 14:00 EST, and can reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further inquiries.