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
    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.
    Similar Opportunities
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    CONFORMAL CONTROLLED RECEPTION PATTERN ANTENNA (C-CRPA) CONTRACT N0042122C0015
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Firm-Fixed Price modification under contract N0042122C0015 for an additional option year (OY5) to procure Conformal Controlled Reception Pattern Antennas (C-CRPA) from BAE Systems Information and Electronics. This procurement is being pursued on a sole-source basis due to BAE Systems' unique engineering expertise and possession of the necessary technical and proprietary data, which are critical to fulfilling the agency's requirements without causing delays. The C-CRPA is vital for enhancing airborne radio navigation capabilities, ensuring operational effectiveness in various defense applications. Interested parties can reach out to Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil or Travora Levasseur at travora.r.levasseur.civ@us.navy.mil for further information.
    SOLE SOURCE – EA-18G/P-8A/ALQ-99 ENGINEERING SERVICES AND SUPPLIES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source engineering services and supplies for the EA-18G, P-8A, and ALQ-99 systems. This procurement aims to fulfill specific technical support and engineering requirements essential for the operational readiness and maintenance of these advanced military platforms. The services and supplies are critical for ensuring the effectiveness and reliability of the systems in various defense operations. Interested parties can reach out to Theresa Jones at theresa.a.jones2.civ@us.navy.mil or call 812-381-7164 for further details regarding this opportunity.
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    SOLE SOURCE - REQUEST FOR INFORMATION/SOURCES SOUGHT Tri-Beam Emission and Receiver Laser Transmitter (TBEAR), Power Supply Control Unit Spares and Auxiliary Equipment in Support of the Multispectral Targeting System – FSC 5855 – NAICS 334511
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from potential sources regarding the procurement of 43 units of the Tri-Beam Emission and Receiver Laser Transmitter (TBEAR) and associated equipment, including a Power Supply Control Unit and cable assemblies. This request for information (RFI) is part of market research aimed at supporting the Multi-Spectral Targeting Systems (MTS-A and MTS-B), with the intention to issue a sole source proposal to Northrup Grumman Systems Corporation due to the lack of a sufficient technical data package and the potential for duplicative costs. Interested parties are encouraged to submit their capabilities, budgetary estimates, and lead times by December 25, 2025, to Lynn Masterson-Brinegar at lynn.m.masterson-brinegar.civ@us.navy.mil, with the understanding that no funding is currently available for this effort and responses will not be reimbursed.
    sole source basis for the procurement of components in the Multi-Spectral Targeting Systems (MTS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure components for the Multi-Spectral Targeting Systems (MTS) on a sole source basis. This procurement is justified under the maintenance, repair, and rebuilding of aircraft components and accessories, indicating the critical nature of these components for operational readiness. The Justification and Approval (J&A) posting outlines the necessity of these components, which play a vital role in enhancing the capabilities of military aircraft. For further inquiries, interested parties can contact Allyson Nicholson at allyson.d.nicholson.civ@us.navy.mil.
    MK 110 Mod 0 Gun Mount (GM) - FY26 Spares
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) for the procurement of spare and component parts in support of the MK 110 MOD 0 Gun Mount (GM). This procurement is crucial as it ensures the operational readiness and maintenance of the MK 110 GM, which is vital for naval defense capabilities. The order will be awarded to BAE Systems Land and Armaments L.P., the only known source capable of meeting the government's requirements within the necessary timeframe, with no competitive proposals being solicited. Interested parties may submit capability statements to the primary contact, Lydia DiCola, at lydia.j.dicola.civ@us.navy.mil, or the secondary contact, Jennifer Escobar, at jennifer.m.escobar2.civ@us.navy.mil, by the closing time of this notice.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.