UAS Refurbishment
ID: SS_UAS_01Type: Sources Sought
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, is conducting a sources sought notice to identify potential manufacturers capable of refurbishing Unmanned Aircraft Systems (UAS) at Patuxent Naval Air Station in Maryland. The refurbishment requirements include specifications such as a maximum takeoff weight of 135 lbs, an endurance of up to 16 hours, and various imaging capabilities, aimed at supporting Navy and Marine Corps operations. This notice serves solely for market research purposes and does not constitute a solicitation or guarantee of future contracts; interested firms are encouraged to submit their business classification, size, relevant NAICS code, and details about their product capabilities and past performance by August 23, 2025. For further inquiries, interested parties may contact Ashley Lyons at ashley.b.lyons.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Navy is conducting a sources sought notice for potential manufacturers capable of refurbishing Unmanned Aircraft Systems (UAS) at Patuxent Naval Air Station, Maryland. The notice, published on July 23, 2025, delineates the requirements for the UAS, which include specifications such as a maximum takeoff weight of 135 lbs, an endurance of up to 16 hours, and various imaging capabilities. This announcement serves solely for market research and does not constitute a solicitation or guarantee of future contracts. Interested companies are invited to respond by providing their business classification, size, relevant NAICS code, and details about their product capabilities and past performance with the Department of Defense. Responses should be submitted by August 23, 2025. This effort aims to identify suitable sources for UAS refurbishment to support the Navy and Marine Corps operations, highlighting the importance of industry collaboration in military technology advancements.
    Lifecycle
    Title
    Type
    UAS Refurbishment
    Currently viewing
    Sources Sought
    Similar Opportunities
    MB-2 & B-7 Retrofit Material Kit & Installs
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    United States Special Operations Command (USSOCOM) small Uncrewed Multidomain Systems (sUMS) Medium Range/Medium Endurance (MR/ME) Event 2026
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking information from qualified sources regarding the development of small Uncrewed Multidomain Systems (sUMS) for the Medium Range/Medium Endurance (MR/ME) Event scheduled for 2026. The procurement aims to explore industry capabilities for MR/ME Uncrewed Aerial Systems (UAS) that meet specific operational requirements, including a maximum weight of 55 pounds, a range of approximately 20 kilometers, and an endurance of at least two hours, while operating effectively in various environmental conditions. This initiative is critical for enhancing the operational capabilities of Special Operations Forces (SOF) and will involve a series of evaluations and demonstrations leading up to the event. Interested manufacturers must submit their responses to the Request for Information (RFI) by December 11, 2025, and can direct inquiries to Nicholas Anderson at nicholas.d.anderson.civ@socom.mil or by phone at 813-826-7137.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    16--AFMC, IN REPAIR/MODIFICATION OF
    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 aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    6150014481171; 32N FA18 AIRCRAFT ARMAMENT; 43N F/A-18 HORNET; 55N HARRIER; F0N MISSLE LAUNCHER LAU-127 SERIES; H1N NAVY/MARINE AIRCRAFT ARMAMENT EQUIPMENT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of NSN 6150-014481171, which pertains to various aircraft armament equipment for the Navy and Marine Corps, including components for the F/A-18 Hornet and Harrier. The objective is to find capable organizations that can provide all necessary labor, materials, and equipment for the new manufacture of these items, which may include component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of military aircraft and ensuring the availability of essential armament systems. Interested parties are invited to submit their capability statements by December 8, 2025, at 2:00 PM EST, via email to LaDonna Groven at LaDonna.Groven@dla.mil, as there is no current solicitation and the government assumes no financial responsibility for costs incurred in response to this notice.
    16--TIP ASSEMBLY,LEFT, 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 Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, 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 invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.