Notice of Intent to Sole Source to Northrop Grumman
ID: N66001-25-Q-6255Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Electronic Computer Manufacturing (334111)
Timeline
    Description

    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Northrop Grumman Corporation for the procurement of a TIGER ML Server and associated interfaces. The requirement includes several specific items, such as a Tactical Data Link Server and various interfaces for communication systems, which are critical for enhancing military data link capabilities. This procurement falls under the NAICS code 334111, which pertains to Electronic Computer Manufacturing, and is governed by FAR Part 12 and Part 13 for the acquisition of commercial items. Interested parties who believe they can meet the requirements are encouraged to express their interest and capabilities by contacting Corbin Walters at Corbin.C.Walters.civ@us.navy.mil by June 20, 2025, at 1300 PST, as this notice is not a request for quotes and responses will be considered at the government's discretion.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    70--SERVER,AUTOMATIC DA - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure six units of an automatic server and other replacement parts, specifically identified by NSN 7H-7035-016601143. The procurement is limited to Lockheed Martin Corporation as the approved source of supply, as the government does not possess the necessary data rights to purchase or contract repair from alternative sources. This equipment is critical for maintaining operational capabilities within the military's IT and telecom sectors. Interested parties may submit their interest and capability statements to Jennifer Elliott at jennifer.elliott@dla.mil within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of a computer system. The procurement involves the acquisition of six units of the National Stock Number (NSN) 7R-7010-016951281-SX, with reference number 123SCSA9035-1, and delivery is required on a Free on Board (FOB) origin basis. This equipment is critical for maintaining operational capabilities within the Navy's IT and telecom infrastructure, particularly in server hardware and perpetual license software. Interested parties can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    70--SERVER,AUTOMATIC DA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure three units of an Automatic Data Server (NSN 7H-7035-016796159) for repair and modification purposes. This procurement is intended to fulfill a specific requirement under the authority of FAR 6.302-1, indicating that the government plans to negotiate with only one source, although all responsible parties are encouraged to express their interest and capabilities. The goods are critical for maintaining operational efficiency within the Navy's IT and telecommunications infrastructure. Interested vendors must submit their proposals or capability statements within 45 days of the notice publication, with all inquiries directed to Zachary R. Morrill at (717) 605-1552 or via email at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    TIH 28/30/32
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.