Dynamic Information Notebook Organizer (DINO)
ID: N6833524R0262Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to modify an existing Indefinite Delivery Indefinite Quantity (IDIQ) contract with Mid-Atlantic Computer Services, Inc. to procure nine (9) Dynamic Information Notebook Organizers (DINO) for the MQ-4C Triton Unmanned Air Systems (UAS) Program. The DINO is a specialized product designed exclusively for the MQ-4C Triton, with no commercially available equivalent, highlighting its critical role in supporting advanced unmanned aircraft operations. This procurement will be conducted on a sole source basis under the authority of 10 U.S.C. 3204(a)(1), and interested parties may submit responses within 15 calendar days of the notice publication to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil or by phone at 848-240-2623.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Multi-ECP Incorporation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source delivery order to Northrop Grumman Systems Corporation – Aerospace Systems (NGAS) for the MQ-4C program. This procurement involves a recurring engineering retrofit effort to incorporate multiple Engineering Change Proposals (ECPs) into fielded aircraft, supporting both the United States Navy and the Royal Australian Air Force. As the sole designer and manufacturer of the MQ-4C Triton Unmanned Aircraft System, NGAS possesses the unique expertise and technical data necessary to fulfill the government's requirements within the established cost and schedule constraints. Interested parties seeking subcontracting opportunities should contact Vicky Harper-Hall at Northrop Grumman via email or phone, as this notice does not constitute a request for proposals and no contract will be awarded based on offers received.
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Sustaining Engineering and Support (SES) IV Increase of Aircrew Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to issue a modification to the existing Sustaining Engineering and Support (SES) IV Contract, specifically for Northrop Grumman Systems Corporation (NGSC), to enhance aircrew support for the Triton MQ-4C Unmanned Aircraft Systems (UAS) for both the Royal Australian Air Force and the United States Navy. This anticipated Cost-Plus-Fixed-Fee (CPFF) contract modification will provide additional Integrated Test Team (ITT) aircrew support, leveraging NGSC's unique expertise as the sole designer and manufacturer of the Triton systems. The modification is being pursued on a sole source basis under the authority of 10 U.S.C. 3204 (a)(1), emphasizing the critical nature of NGSC's knowledge in the design, operation, and maintenance of the Triton. Interested parties can direct inquiries to Suresh Jafar at suresh.jafar.civ@us.navy.mil, noting that no formal request for proposals is currently available and the Government is not obligated to issue any solicitations or awards.
    16--TRIAX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical item identified by NSN 1R-1680-LLF02I754-P8, with a reference number of DK-621-0087-1S, requiring a quantity of one unit. This procurement is subject to Government source approval prior to contract award, as the technical data available does not support acquisition through full and open competition, necessitating that only previously approved sources be solicited. Interested parties must submit the required documentation for source approval along with their proposals, as offers lacking this information will not be considered. For further inquiries, Danielle M. Junod can be contacted at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    61--NDI CBL SET MNT KIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of 19 each NDI CBL Set MNT Kits, identified by NSN 1H-6150-015084509-X5. The procurement requires delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA, with the contract to be awarded based on the submission of proposals that meet the solicitation requirements. This equipment is crucial for military operations, and the government intends to negotiate with Northrop Grumman as the sole source, although other responsible sources may submit proposals for consideration. Interested parties should contact Duana Cloyd at (717) 605-5722 or via email at DUANA.CLOYD@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    58--MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the MOD,HPOI RDU B1, which falls under the NAICS code 334511 for Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The contract will be a firm-fixed price arrangement, requiring the contractor to manufacture and deliver the specified item within 480 days, with government source inspection mandated prior to acceptance. This procurement is critical for maintaining operational readiness and effectiveness in defense capabilities, and interested vendors must submit their proposals by the specified deadline, ensuring compliance with all outlined requirements, including proof of being an authorized distributor if applicable. For further inquiries, potential offerors can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    Mercury Data Transfer Unit (DTU) Obsolete Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to negotiate a delivery order for Mercury Data Transfer Unit (DTU) obsolete parts on a sole-source basis with Mercury Mission Systems. This procurement is essential as Mercury is the only source that possesses the complete engineering and technical data required for the DTUs, which are critical components for the V-22 Joint Program Office. Interested parties may submit capability statements within fifteen days of the publication of this notice, although the government intends to proceed without competition based on the unique qualifications of Mercury Mission Systems. For further inquiries, interested parties can contact Erin M. Walker or Jeffrey Norris via their provided email addresses.
    58--COMPUTER,DIGITAL DA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of nine units of a digital computer (NSN 7R-5895-016918321-VF, P/N: 9B-81116-1). The solicitation is for a spares delivery order, with specific requirements for manufacturing, testing, and inspection in accordance with the original equipment manufacturer (OEM) standards. These digital computers are critical components for various defense applications, and the procurement emphasizes the need for traceability and source approval documentation from suppliers other than the OEM. Interested vendors must submit their proposals, including a cost breakdown and any necessary supporting documentation, to the primary contact, Jaclyn Dooling, at Jaclyn.Dooling@navy.mil, by the specified deadline to be considered for the award.