5841 - FMS repair of RADAR SET SUBASSY
ID: N0038325Q378NType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, AIRBORNE (5841)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 1, 2025, 4:00 AM UTC
Description

The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Radar Set Subassembly, specifically for the E-2D aircraft, from Lockheed Martin Corporation. This procurement is intended to be conducted on a sole source basis, as Lockheed Martin is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support due to the lack of available drawings or data for alternative suppliers. Interested parties have 15 days from the notice to express their interest and capability, with a final deadline for proposals set at 45 days post-publication, although the contract is expected to be awarded to Lockheed Martin. For further inquiries, interested organizations may contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil.

Point(s) of Contact
Dina Wojciechowski 215-697-1219
dina.m.wojciechowski.civ@us.navy.mil
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
16--CONTROL ASSEMBLY,LA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for twenty units of the CONTROL ASSEMBLY,LA, specifically for the VH-22 aircraft. This procurement is intended to be conducted on a sole source basis with SAFRAN ELECTRONICS CANADA, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are encouraged to submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 28, 2025. For further inquiries, interested organizations may contact Sophia L. Pugh at sophia.l.pugh.civ@us.navy.mil.
AN/USM-737 Electronic Consolidated Automated Support System Full Rate Production 2
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to negotiate a sole source contract with Lockheed Martin Corporation for the Full Rate Production (FRP) 2 of the AN/USM-737 Electronic Consolidated Automated Support System. This procurement includes the fabrication, manufacturing, assembly, integration, production, testing, demonstration, and delivery of increased quantities of eCASS Radio Frequency Mission Equipment Kits, along with associated engineering services to support PMA-260. The AN/USM-737 system is critical for enhancing operational capabilities within the Navy's aircraft maintenance and support framework. Interested parties may submit responses to this notice by April 3, 2025, at 4:00 PM EST, via email to Juan Carlos Belmonte at juancarlos.r.belmonte.civ@us.navy.mil, as this opportunity is not open for competitive proposals.
SPRRA225R0020 PATRIOT SPARES - LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is seeking to procure multiple items under a sole-source contract with Lockheed Martin Corporation for the Patriot Weapon System. The procurement includes circuit card assemblies with specific part numbers and National Stock Numbers (NSNs), with estimated annual demands of 3 and 11 units respectively, and production lead times of up to 1080 days depending on testing requirements. These items are critical for the U.S. Army Aviation and Missile Life Cycle Management Command and are restricted to Lockheed Martin due to the proprietary nature of the technical data involved. Interested vendors must direct inquiries to the designated contacts via email, and the solicitation will be published on SAM.gov, with the closing date subject to adjustment based on the release of the solicitation.
FMS Repair Requirement for the country of France, P/N: 1025290G-2
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified vendors to provide repair services for the E2-D Aircraft, specifically for part number 1025290G-2. The procurement involves the supply of labor, materials, and facilities necessary to repair the National Stock Number (NSN) 7RH 1680 015612490, which is categorized under miscellaneous aircraft accessories and components. This repair requirement is critical for maintaining the operational readiness of the E2-D Aircraft, which plays a vital role in naval aviation operations. Interested parties are encouraged to reach out to Devon M. McNamee at 215-917-2782 or via email at devon.m.mcnamee.civ@us.navy.mil for further details regarding this solicitation.
Repair of Data Concentrator
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
France FMS E-2D Rynglok Fittings Set
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to negotiate a sole-source Fixed-Price contract with AAR Corporation for the procurement of four (4) Fittings sets, Rynglok, Part Number RTSK8-01-001, as part of the French Foreign Military Sales (FMS) E-2D Program. This procurement is critical for supporting the operational capabilities of the E-2D aircraft, which plays a vital role in naval aviation operations. Interested parties are encouraged to respond within fifteen days of this notice, although the government intends to proceed with AAR Corporation as the sole source. For further inquiries, Matthew VanDeventer can be contacted via email at matthew.d.vandeventer.civ@us.navy.mil.
16--COMPUTER,AIRCRAFT L
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole source item, specifically a COMPUTER, AIRCRAFT L, from TRANSAERO INC. This procurement involves the purchase of one unit identified by NSN 7R-1680-016202561-BL, with delivery terms set to FOB Origin, and is critical as TRANSAERO INC is the Original Equipment Manufacturer (OEM) and the only known source for this part. The government intends to award the contract based on a sole source justification, as no other suppliers can meet the requirements due to the lack of available drawings or data. Interested parties may submit capability statements or proposals to Sarah F. Pfeil at SARAH.PFEIL@NAVY.MIL, with the anticipated award date set for December 2024. Proposals must be submitted within 45 days of this notice for consideration.
59--ROTOR POSITIONING U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Rotor Positioning Unit (NSN 7R-5990-014606390-V2) specifically for the V22 platform. The procurement involves a sole source solicitation to Woodward HRT Inc, the Original Equipment Manufacturer (OEM), as there are no available drawings or data for this part, and the government does not possess the rights to procure it from other sources. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on April 7, 2025, and a closing date of May 7, 2025. For further inquiries, Rebecca L. Jordan can be contacted via email at rebecca.jordan@navy.mil.
PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for the procurement of Patriot missile spare parts from Lockheed Martin Missiles & Fire Control. This sole-source requirement includes six specific parts essential for the Patriot (M-D6) Weapon System, with an estimated annual demand outlined in the solicitation. The procurement is critical for maintaining operational readiness and support for the missile system, with proposals due by June 3, 2025. Interested contractors should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses, and are required to submit detailed cost proposals in compliance with FAR regulations.
16--CONTROL AND STATUS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two units of a flight-critical part identified by NSN 7R-1680-015827988-E7. This procurement requires engineering source approval due to the unique design capabilities and manufacturing knowledge necessary to maintain the quality of the part, which is not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as the contract will not be awarded without this approval, and the Government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL for further details.