The Naval Air Warfare Center Aircraft Division Webster Outlying Field (WOLF) Identification Friend or Foe (IFF) Products
ID: N68335-25-R-0382Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

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

PSC

RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE (5825)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with BAE Systems, Inc. for the procurement of hardware, spares, and incidental services related to Identification Friend or Foe (IFF) products. This procurement includes essential items such as various Digital Interrogators and Common Transponders, which are critical for life cycle engineering and sustainment of military identification systems. The Government plans to issue a five-year Basic Ordering Agreement with BAE Systems, the sole designer and manufacturer of the required equipment, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other sources can fulfill these requirements. Interested parties must submit their responses via email to Truman Harris at truman.b.harris3.civ@us.navy.mil by the specified deadline.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Similar Opportunities
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
16--BIAS BOARD
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of made new manufacture spare parts under the title "16--BIAS BOARD." This is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current one, and requires Government Source Approval prior to award. The items are classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and are critical for maintaining operational readiness. Interested vendors must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online, and ensure their proposals remain valid for a minimum of 120 days. For inquiries, contact Danielle M. Junod at 215-697-1138 or via email at danielle.m.junod.civ@us.navy.mil.
NATO SEASPARROW - BASIC ORDERING AGREEMENT SYNOPSIS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors for a Basic Ordering Agreement (BOA) related to the NATO SEASPARROW system. The procurement involves the manufacture, evaluation, repair, and modification of various items, with a focus on achieving A-condition status for spare and repair needs. This opportunity is critical for maintaining the operational readiness of the fleet, as the government lacks the necessary data to perform these tasks independently. Interested contractors must express their interest and submit capability statements via email to Nicole Diehl at nicole.diehl@navy.mil within 15 days of the notice publication, as the government intends to negotiate with only one source under FAR 6.302-1.
53--STANDOFF,PLAIN,SNAP
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as the STANDOFF, PLAIN, SNAP, with NSN 7R-5340-014258390-XE, from L3HARRIS TECHNOLOGIES INC. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, and is specifically intended for a Foreign Military Sales (FMS) buy for Australia. This procurement is critical as the item is proprietary to the Original Equipment Manufacturer (OEM), and no drawings or data are available for alternative sourcing, necessitating a sole source acquisition under 10 U.S.C. 2304(c)(1). Interested parties must submit their capability statements to the primary contact, Michael J. Keith, via email at michael.j.keith40.civ@us.navy.mil within 15 days of this notice, with proposals accepted for consideration up to 45 days post-notice.
N0038325Y2302; Basic Ordering Agreement; Sole Source
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting a Basic Ordering Agreement (BOA) on a Sole Source basis with Palomar Products Inc for the repair and supply of various electronic and communication components essential for the P8 System. The procurement includes a range of items such as circuit card assemblies, control units, and mission audio panels, which are critical for maintaining operational integrity in military communication systems. This opportunity emphasizes compliance with regulatory standards and requires interested parties to submit their interest and capability to the contracting officer, Patrick Horan, within 15 days of the notice. For further inquiries, Patrick can be reached at patrick.j.horan23.civ@us.navy.mil or by phone at 215-697-0275.
Repair- 1 EA RECEIVER, INFRARED
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure repair services for an infrared receiver from Northrop Grumman Systems Corp on a sole source basis. The procurement involves the repair of one unit of NSN: 865015916897, P/N: 001-008087-0006, which is critical for electronic countermeasures and is exclusively supported by the Original Equipment Manufacturer (OEM). This opportunity emphasizes the importance of compliance with government protocols, including the submission of capability statements and adherence to specific delivery and invoicing requirements. Interested parties should direct their inquiries and submissions to Shamus Roache at Shamus.F.Roache.Civ@us.navy.mil, with the solicitation expected to be issued on March 27, 2025, and proposals due by May 13, 2025.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
NAWCAD WOLF-INTENT TO SOLE SOURCE POWER MANAGERS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, intends to procure power management equipment on a sole source basis from Iris Technology Corporation. This procurement is classified as a firm fixed-price contract, and interested vendors must be authorized distributors of Iris Technology Corporation, providing necessary documentation to be considered. The solicitation emphasizes the importance of submitting a detailed quote, including shipping costs and estimated delivery dates, with all responses due by 5:00 PM Eastern Standard Time on April 30, 2025. For further inquiries, vendors can contact Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil.
58--RECEIVER,COUNTERMEA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of the Receiver, Countermeasure (Part Number: 2687100G002) under a presolicitation notice. This procurement is intended for a specific item identified by NSN 0R-5865-016631881-F8, which is crucial for electronic countermeasures and related capabilities. The government plans to negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their interest and capability statements within 45 days of the notice publication. For further inquiries, Tara B. Kupperstein can be contacted at (215) 697-3608 or via email at TARA.B.KUPPERSTEIN.CIV@US.NAVY.MIL.