BAMS Earth Station (BES) SATOPS Certification
ID: N00019-25-RFPREQ-WPM262-0238Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure services related to the Broad Area Maritime Surveillance (BAMS) Earth Station (BES) Satellite Operations (SATOPS) Certification for the MQ-4C Triton Unmanned Aircraft System (UAS). This opportunity involves the provision of test planning and execution, along with engineering oversight, by Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton UAS, ensuring compliance with the program's cost and schedule constraints. The procurement will be conducted as a sole source contract under Title 10 U.S.C 2304(c)(1), emphasizing the unique capabilities of NGSC to fulfill the government's requirements. Interested parties for subcontracting opportunities should reach out to Vicky Harper-Hall at Northrop Grumman via email or phone for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Various Pieces of Peculiar Support Equipment for E-2 Program
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to award a sole-source contract to Northrop Grumman Corporation for the procurement of various pieces of Peculiar Support Equipment in support of the France E-2C&D and Japan E-2D programs. This procurement is critical as Northrop Grumman is the original designer and manufacturer of the E-2 aircraft, possessing the unique knowledge and technical expertise necessary for providing the required support equipment. The detailed parts list includes specialized tools and equipment essential for maintenance and operational tasks related to aircraft, highlighting the importance of these components in ensuring the effective functioning of the E-2 systems. Interested parties may submit responses within fifteen days of this notice, and must be registered in the System for Award Management (SAM) to be considered; for inquiries, contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.
    GQM-163A Aerial Target Operation
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, is soliciting proposals for the GQM-163A Aerial Target Operation, focusing on engineering services, travel, materials, and data deliverables. The contract, estimated to require 460,682 man-hours of direct labor, spans from June 1, 2026, to May 31, 2031, with a minimum value of $100,000 and a maximum of approximately $99.2 million. This procurement is critical for supporting aerial target operations, ensuring compliance with various regulations, and facilitating collaboration with associated contractors. Interested offerors must acknowledge the recent amendments to the solicitation, with the latest proposal due date extended to October 28, 2025, and should direct inquiries to Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
    Naval Innovative Science and Engineering (NISE) RP-26-002, Black Tide
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price (FFP) purchase order on a noncompetitive basis to Foxtrot Research Corp for the procurement of a MOD Payload MAIM/Chassis Kit to enhance the capabilities of its fleet of Unmanned Surface Vessels (USVs). This procurement is critical for ensuring compliance with MOD Payload requirements, which are essential for the operational effectiveness of the USVs. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement or proposal by November 12, 2025, to the primary contact, Miriam Johnson, at miriam.e.johnson4.civ@us.navy.mil. All responding vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) No. N6600126R0018 for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive services including specification and design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and will be competed on a full-and-open basis. Interested firms can contact Paige Miller at paige.r.miller5.civ@us.navy.mil for further inquiries, and should regularly check the PIEE solicitation module for updates.
    NAWCAD WOLF-Intent to Sole Source RADOME, HORN, ANTENNA
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure 200 TW12 RADOME, HORN, ANTENNA units on a sole-source basis from Trident Precision Manufacturing, Inc. This firm fixed-price procurement requires interested vendors to be authorized distributors of Trident Precision Manufacturing and registered in the SAM.GOV database. The goods are critical for military applications, and delivery is expected by May 15, 2026, to Saint Inigoes, Maryland, with quotes due by 4:00 PM EST on November 17, 2025. For further inquiries, interested parties can contact Gabrielle McKee or Colleen G. Coombs via their provided email addresses.
    SeaSpace TeraScan Software Maintenance Subscription Renewals for Fleet Numerical Meteorology and Oceanography Center (FNMOC)
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking proposals for the renewal of the SeaSpace TeraScan Software Maintenance Subscription for the Fleet Numerical Meteorology and Oceanography Center (FNMOC). This renewal is critical for maintaining the Navy's Environmental Satellite Receiver Program (ESRP), which processes and displays meteorological satellite data essential for global atmospheric and oceanographic analysis in support of military operations. The contract, identified by RFQ number N0060426Q4000, requires delivery of the software maintenance subscription by December 1, 2025, and is set for a twelve-month period extending through November 30, 2026. Interested vendors must contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details and to ensure compliance with the necessary registration in the System for Award Management (SAM).
    16--RSP:RADAR SIGNAL PR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Radar Signal Processor (NSN 7R-1680-016503573-RQ) from Northrop Grumman Systems Corp, the sole source and Original Equipment Manufacturer for this component. The procurement involves the repair of one unit, with no drawings or data available for alternative sourcing, emphasizing the critical nature of this component in military operations. Interested parties are encouraged to submit capability statements or proposals within 30 days of the notice, with the solicitation expected to be issued on October 22, 2025, and a closing date of November 24, 2025. For further inquiries, interested organizations may contact Jason J. Sklencar at jason.j.sklencar.civ@us.navy.mil.
    1710 - Establishment of Basic Ordering Agreement (BOA)of 27 NIINs in support of ARC System
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors to establish a Basic Ordering Agreement (BOA) for the repair and modification of 27 National Stock Numbers (NSNs) in support of the ARC System. The procurement aims to engage Northrop Grumman Sykesville as the primary contractor under the authority of FAR 6.302-1, emphasizing the need for specialized labor, materials, and facilities for these repairs. This initiative is crucial for maintaining the operational readiness of aircraft landing equipment, which plays a vital role in military aviation operations. Interested parties must submit their capability statements within 15 days of the notice publication, and inquiries can be directed to Brian Emde at brian.j.emde.civ@us.navy.mil.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive engineering services, including design, fabrication, integration, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) awards with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested parties can direct inquiries to Paige Miller at paige.r.miller5.civ@us.navy.mil, and should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates.
    16--RSP:RADAR SIGNAL PR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Radar Signal Processor (NSN 7R-1680-016503573-RQ) from Northrop Grumman Systems Corp, the sole source provider for this requirement. The procurement involves the repair of one unit, with no available drawings or data for alternative sourcing, emphasizing the necessity for Source Approval Requests from interested parties not already approved to manufacture this material. This contract is critical for maintaining operational capabilities, and interested vendors must submit their capability statements to the primary contact, Jason J. Sklencar, at Jason.J.Sklencar.CIV@US.NAVY.MIL, within 30 days of the notice, with the solicitation expected to be issued on October 22, 2025, and a closing date of November 24, 2025.