Sustaining Engineering and Support (SES) IV Increase of Aircrew Support
ID: N00019-24-RFPREQ-WPM262-0401Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    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.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    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.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    MH-60R Digital Magnetic Anomaly Detection (DMAD) Program Trouble Report (PTR) Corrections in Software Configuration 28 (SC28)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Cost Plus Fixed Fee Delivery Order to Lockheed Martin Rotary and Mission Systems for the correction of Program Trouble Reports (PTRs) related to the Digital Magnetic Anomaly Detection (DMAD) system in System Configuration 28 (SC28). This procurement aims to address non-recurring tasks including program management, systems and software engineering, integration and testing, as well as logistics support necessary for both the United States Navy and Royal Australian Navy aircraft. The contract is crucial for ensuring the operational effectiveness of the DMAD system, which plays a significant role in maritime operations. The planned period of performance for this effort is from June 2025 through June 2029, and interested parties may submit capability statements to the primary contact, Sydney Guy, at sydney.m.guy.civ@us.navy.mil, by the close of the synopsis for consideration.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    16--NRP,PMA MCU W309, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    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 NRP, PMA MCU W309 aircraft components. The procurement aims to ensure that these items are returned to a Ready for Issue (RFI) condition, with a required Repair Turnaround Time (RTAT) of 120 days, which includes all necessary repairs, testing, and inspections as outlined in the Statement of Work. This opportunity is critical for maintaining the operational readiness of naval aircraft, emphasizing the importance of quality assurance and compliance with military standards throughout the repair process. Interested contractors can reach out to Meghan Schmitz at 215-697-1232 or via email at MEGHAN.SCHMITZ@NAVY.MIL for further details and to submit proposals.
    16--NRP,TORSION LINK AS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Torsion Link assemblies. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 125 days after asset receipt, with specific throughput constraints to be provided by the contractor for each National Stock Number (NSN). These assemblies are critical components in aircraft operations, emphasizing the importance of timely and efficient repair services to maintain operational readiness. Interested contractors should contact Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details, with the expectation of contract award following the established timelines.
    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.