F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
ID: N6893624D0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract # N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.

    Files
    No associated files provided.
    Similar Opportunities
    F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue one or more orders to Lockheed Martin Aeronautics Company for the F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface. The procurement requires a modular system capable of directly injecting synthetic EO/IR imagery into systems under test for various fixed-wing and rotary-wing platforms. This acquisition is critical for the F-35 "Lightning II" program, as Lockheed Martin is the sole designer and integrator of the aircraft, possessing the unique expertise and proprietary documentation necessary to meet the government's requirements. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and there is no commitment from the government to issue a solicitation or award a contract.
    58--RECEIVER,INFRARED, 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 infrared receivers under solicitation number N00383-24-R-N377. The procurement aims to restore these critical electronic components to a Ready for Issue (RFI) condition, ensuring they meet operational standards for military applications. This contract is vital for maintaining the functionality of defense systems that rely on infrared technology, which plays a crucial role in navigation and detection. Interested contractors must submit their quotes by November 12, 2024, and can direct inquiries to Alyssa Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil.
    61--AWIRT ASSY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the AWIRT assembly, identified by NSN 7R-6110-016102374-YR, with a quantity of 18 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources can participate in the bidding process, ensuring the quality and reliability of the parts. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted with all required data to be considered for award. For further inquiries, interested parties can contact Dina M. Wojciechowski at (215) 697-2198 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    Navy F-5N/F Adversary Fighter Refrigeration Package Maintenance Test Bench
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking qualified businesses to provide a replacement for the GS3142 Refrigeration Package Maintenance Test Bench for the F-5N/F Adversary Fighter. The procurement aims to secure a fixed-priced contract for a test stand capable of simulating on-wing conditions to test and operate the aircraft's refrigeration package, which is critical for the aircraft's environmental control system. The F-5N/F serves as a primary aggressor aircraft for Top Gun training, highlighting the importance of this equipment in maintaining operational readiness. Interested parties must submit an unclassified capabilities statement by 5:00 PM EDT on October 15, 2024, to Lindsay Corken at lindsay.l.corken.civ@us.navy.mil, and should ensure compliance with ITAR regulations if applicable.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    THERMAL IMAGING SYS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is soliciting proposals for the repair and procurement of Thermal Imaging System components as part of a Foreign Military Sales (FMS) repair program. The contract is exclusively available to certified repair depots that comply with the NAVSEA DSOR approval process, emphasizing the importance of quality assurance and adherence to federal acquisition regulations throughout the procurement process. These thermal imaging systems are critical for military operations, ensuring effective detection and navigation capabilities. Interested parties should contact Stephanie Tran at YENSTEPHANIE.H.TRAN.CIV@US.NAVY.MIL or call 717-605-1362 for further details, as the solicitation outlines specific requirements for offers, including government source inspection and compliance with packaging standards for overseas shipments.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    17--FSIB,AIRCRAFT,MATER, 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 Flight Critical components identified as FSIB, Aircraft Mater, with NSN 1710-01-550-4243 and part number 2056AS0700-G01. The procurement requires engineering source approval from the Naval Air Systems Command, and only companies that have been previously approved or have submitted a Source Approval Request will be eligible for award. These components are crucial for shipboard systems that enable the launch and recovery of aircraft, emphasizing the importance of quality and compliance with stringent repair and inspection standards. Interested contractors must submit their quotes via email to connor.c.lewis.civ@us.navy.mil by the specified deadline, and for further inquiries, they can contact Jason Sklenkar at 215-697-4179 or via email at jason.sklencar@navy.mil.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.