MH-60R Saudi Upgrade/Tech Refresh RFP Notice Rev 03
ID: N6134025R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

TRAINING AIDS (6910)
Timeline
  1. 1
    Posted Dec 11, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 23, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is soliciting proposals for the upgrade and technical refresh of the Royal Saudi Naval Forces' (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT) located in Saudi Arabia. The primary objective is to conduct a technology refresh and system configuration upgrade, transitioning the system from configuration SC18 to SC24, while ensuring compliance with U.S. military standards, including cybersecurity measures and quality assurance protocols. This project is vital for enhancing the operational capabilities of the RSNF and reflects the U.S. commitment to supporting international military partnerships through effective training system upgrades. Interested contractors must submit their proposals electronically by May 23, 2025, and can direct inquiries to Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil.

Files
Title
Posted
Apr 22, 2025, 9:06 PM UTC
The Statement of Work (SOW) outlines the requirements for the upgrade and ongoing support of the Royal Saudi Naval Forces' (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT). The Naval Air Warfare Center Training Systems Division will perform a technology refresh and correct deficiencies while transitioning the system from configuration SC18 to SC24. Key responsibilities include project planning, risk management, quality assurance, and integrated logistics support. The contractor must ensure system safety and implement cybersecurity measures compliant with U.S. military standards. Detailed tasks involve system and software engineering, identifying and addressing obsolescence, and extensive testing and validation to ensure performance meets specified criteria. Multiple phases of assessments—Functional Baseline Technical Assessment (FBTA) and Product Baseline Technical Assessment (PBTA)—are established to ensure the successful transition while maintaining operational capabilities and minimizing system downtime. The contractor is also tasked with creating and maintaining comprehensive documentation for all processes and remains accountable for security by adhering to operations security (OPSEC) protocols and export regulations. This project reflects the U.S. commitment to supporting international military partnerships through effective training system upgrades and adherence to DoD requirements.
Apr 22, 2025, 9:06 PM UTC
The Royal Saudi Naval Forces (RSNF) Tactical Operational Flight Trainer (TOFT) Upgrade document outlines responses to specific inquiries regarding the associated Request for Proposal (RFP) N61340-25-R-0006. It addresses various topics, including Government-Furnished Information (GFI), travel stipulations, past performance, and contract deliverables. Key amendments include clarifications on scope, CDRL (Contract Data Requirements Lists) revisions, and past performance criteria, which now include any work performed outside the continental U.S. Clarifications on deliverable formats and requirements for documents like NATOPS and NATIPs further ensure contractors understand essential specifications. The document serves as a crucial technical guideline, ensuring clarity on expectations within the RFP process. Each question submitted by stakeholders resulted in detailed government responses aimed at refining the RFP and enhancing compliance for potential contractors. Overall, it supports the bid process by providing necessary clarifications and ensuring that contractors have a clear understanding of their obligations and the project's requirements.
Apr 22, 2025, 9:06 PM UTC
The document outlines requirements and criteria for providing past performance references in response to RFP N61340-25-R-0006. It includes sections for critical details such as procuring entity information, contract title, and specific past performance references needed to substantiate the proposal. Offerors must detail their proposed role (either as prime or subcontractor), relevant contract numbers, and supply citations for deliverables and timelines. The scope calls for evidence of experience with System Configuration Upgrades and Tech Refresh tasks, particularly in OCONUS environments. Additionally, it specifies how to identify and highlight relevant dollar amounts in relation to CLINs, along with associated Product Service Codes and CLIN types. This structured format aims to ensure that proposals are comprehensive, allowing the government to assess past performance against the current solicitation requirements effectively. The document is designed to facilitate the evaluation of bidders' qualifications based on their prior work and related financial commitments.
The document is a Request for Proposal (RFP) issued by the U.S. Navy for the upgrade of the MH-60R Tactical Operational Flight Trainer (TOFT) for the Royal Saudi Naval Forces (RSNF). It details the requirements and provisions for a contractor to provide services, including design, documentation, procurement, integration, testing, and installation of hardware and software components. The procurement is conducted under the Training Systems Contract IV, integrating various clauses concerning contract management, inspection, acceptance, and deliverables. Key components include a work statement outlining service delivery timelines, product specifications, requirements for technical data, and training provisions. The contract includes stipulations regarding unique item identification, packaging and marking guidelines, and the responsibilities of the contractor in ensuring compliance with federal regulations. Specific timelines for deliverables are established, necessitating completion within 22 months. The comprehensive attachments feature statements of work, performance specifications, and various engineering and training documents essential for oversight and compliance. The RFP illustrates the Navy's commitment to enhancing training capabilities and ensuring robust contract management protocols in defense-related procurements.
Apr 22, 2025, 9:06 PM UTC
The document is a Contract Data Requirements List (CDRL) detailing requirements for the Risk Management Framework (RMF) package deliverables associated with the RSNF MH-60R TOFT system. It outlines the contractor's obligations to submit various cybersecurity-related materials as specified in the contract N61340-XX-D-XXXX. Key deliverables include a self-assessment tab, updates on security action plans, and verification materials such as security technical implementation guides and vulnerability assessment results. Submission timelines are clearly defined, requiring responses within ten calendar days for most items, with subsequent reviews by the government. Additional information regarding the distribution and handling of the document is provided, emphasizing the sensitive nature of the contents under export regulations. The document's structured format includes sections for contract references, requiring office details, and distribution criteria, ensuring that all parties are aware of the submission protocols and confidentiality measures. This CDRL emphasizes the Department of Defense's commitment to cybersecurity standards, ensuring the protection of sensitive information and compliance with federal regulations.
The document outlines the Statement of Work (SOW) for the Royal Saudi Naval Forces (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT) upgrade. The project, managed by the Naval Air Warfare Center Training Systems Division (NAWCTSD), focuses on upgrading the RSNF's flight trainer system to improve performance and address obsolete components through a technology refresh. Key components of the SOW include project support tasks such as planning, risk assessments, and configuration management, ensuring compliance with quality assurance and security protocols. The contractor is responsible for engineering tasks from system design to implementation, including detailed requirements analysis, safety measures, and cybersecurity considerations. The document emphasizes stringent documentation and technical assessments to facilitate communication between the contractor and the U.S. government, including the capture of action items, meeting minutes, and technical documentation. The contract operates under Foreign Military Sales guidelines, highlighting the importance of export control and safeguarding sensitive data. Overall, the SOW is designed to ensure the successful delivery of a fully upgraded and operational training system for the RSNF, adhering to defense protocols and project specifications.
Apr 22, 2025, 9:06 PM UTC
The document outlines the Requirements Traceability Matrix (RTVM) for the Royal Saudi Naval Forces (RSNF) associated with the Naval Air Warfare Center Training Systems Division (NAWCTSD). It specifically addresses the ongoing support and upgrades for the MH-60R Training System Follow-on Support (TSFOS) Tactical Operational Flight Trainer (TOFT). The document emphasizes the controlled technical information status and delineates guidelines regarding distribution, security, and foreign use of the information provided. It includes a revision history that details updates made to various sections, illustrating a structured approach to documentation and compliance with Department of Defense (DoD) standards. The matrix serves as a critical tool for tracking compliance with technical requirements, ensuring alignment with project goals, and safeguarding sensitive technology information. The document demonstrates the U.S. government's commitment to maintaining defense partnerships while managing classified information and adhering to strict export controls.
The provided document appears to be a message indicating that the contents cannot be displayed in the current PDF viewer and suggests upgrading to the latest version of Adobe Reader. While it does not contain substantive information concerning government RFPs, federal grants, or state/local RFPs, it highlights the importance of using compatible software for reviewing official documents. Ensuring access to critical resources is vital for stakeholders involved in government procurement and funding processes. Thus, while unable to extract relevant content, the primary focus on technology accessibility underscores the need for seamless information transfer in government operations.
Apr 22, 2025, 9:06 PM UTC
This document outlines the Government Furnished Information (GFI) and Government Furnished Equipment (GFE) lists for a contract with NAVAIR. The purpose is to clearly specify the materials and equipment that will be provided by the government for contractor use. The GFI list includes various reports, documentation, and data related to safety assessments, logistical products, operations, and software. Items in this section are classified under Export Control, requiring careful handling. Key documents cover topics such as development drawings, trainer reports, maintenance systems, and training materials. The GFE list specifies equipment like mission computers and software support environments, essential for fulfilling contract obligations. The revision notes indicate updates to the GFI items listing, ensuring contractors are aware of any new or amended information. This document is critical for ensuring that contractors have the necessary resources and understanding of compliance, integral to the government contracting process within federal and state RFP frameworks.
Apr 22, 2025, 9:06 PM UTC
The document is the Question Answer Form for the Royal Saudi Naval Forces (RSNF) Tactical Operational Flight Trainer (TOFT) Upgrade, specifically RFP N61340-25-R-0006. It details inquiries submitted by potential contractors and the corresponding responses from the government, primarily between February and March 2025. Key topics include requests for Government-Furnished Information (GFI), clarifications on Statements of Work (SOW), specifications regarding cybersecurity measures, and requirements for past performance documentation. The government clarifies that the contractors must retain the original format of GFI for updates, confirms specifications for certain systems, and revises aspects of the SOW and RFP based on contractor feedback. Further, it emphasizes the acceptance of past performance references for subcontractors contributing over 15% of the work. The document serves to inform potential bidders of critical updates, clarifications, and requirements to guide their submissions, ensuring compliance with contract specifications and fostering a competitive procurement process while highlighting the importance of accurate and detailed submissions for successful project execution.
Apr 22, 2025, 9:06 PM UTC
The document outlines a Request for Proposal (RFP) for the upgrade and technical refresh of the Military Helicopter MH-60R Tactical Operational Flight Trainer for the Royal Saudi Naval Forces. The submission deadline for proposals is set for May 2, 2025, with specific requirements including hardware and software upgrades to enhance functionality aligned with a Statement of Work (SOW). Important amendments to the original solicitation include updated clauses prohibiting specific unmanned aircraft systems and amendments regarding annual representations and certifications. The scope of work includes the successful execution of upgrades, provision of technical data, and instructor training, following detailed specifications laid out in various sections and attachments. The document emphasizes compliance with Defense Priority Allocation System regulations and mandates unique item identification for delivered items. Inspections and acceptance procedures are described, with the end goal being to deliver fully functional training systems to specified locations while adhering to strict compliance, quality assurance, and reporting requirements. The proposal encourages innovation and technical improvements while maintaining rigorous standards in operations and contractual obligations.
Apr 22, 2025, 9:06 PM UTC
The government document is an amendment concerning solicitation N6134025R0006, primarily aimed at updating various clauses, specifications, and deadlines related to the RFP. The main modification includes extending the required response date from April 11, 2025, to May 2, 2025. Additionally, changes include removing Clause 52.222-29 regarding Visa Denial notifications and incorporating new clauses concerning the prohibition of unmanned aircraft systems linked to foreign entities. Section updates clarify revised requirements, including adjustments to technical specifications related to the Royal Saudi Naval Forces' Tactical Operational Flight Trainer as well as revised documents in Attachments 1-5, which cover statements of work and performance specifications. The document outlines specific instructions to bidders emphasizing compliance with formatting, submission procedures, and the necessity for a detailed technical approach to meet the revised requirements. Overall, the amendment seeks to ensure that all potential contractors are well-informed of changes and maintain compliance with the updated provisions, aiming to achieve successful proposal submissions while enhancing project oversight and adherence to regulatory standards.
Apr 22, 2025, 9:06 PM UTC
The Statement of Work (SOW) outlines the requirements for the follow-on support and upgrade of the Royal Saudi Naval Forces' (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT) by the Naval Air Warfare Center Training Systems Division in Orlando, FL. The project involves upgrading the trainer from system configuration SC18 to SC24. This upgrade includes technology refreshes, deficiency corrections, and the establishment of a functional baseline through Pre-Modification Inspections (PMI). The contractor will perform various tasks including system configuration upgrades, a comprehensive project management plan, risk management, engineering assessments, and logistics support. Specific efforts will focus on essential subsystems, ensuring compliance with security regulations, and implementing quality assurance measures throughout the project lifecycle. Moreover, adherence to cyber security protocols is critical due to the sensitivity of the data involved. The project is governed by stringent oversight and coordination with the U.S. government, ensuring comprehensive documentation and assessment. The scope and detailed tasks are to facilitate consistent improvement in the trainer's operational capabilities while safeguarding sensitive information as per Department of Defense directives. This initiative reflects the U.S. commitment to enhancing military support in alignment with foreign military sales agreements.
Apr 22, 2025, 9:06 PM UTC
The government document outlines the Requirements Traceability Matrix (RTVM) for the Royal Saudi Naval Forces (RSNF), specifically focusing on the Tactical Operational Flight Trainer (TOFT) upgrade within the MH-60R Training System follow-on support program. The RTCM serves to establish the relationship between requirements and their verification, ensuring that all specifications are met for the training system enhancement. With controlled technical information and distribution restrictions due to defense regulations, the context emphasizes the importance of compliance with the Arms Export Control Act. The document details revision history and requirements that have undergone changes over time, indicating an iterative process aimed at refining the training system’s capabilities to meet military standards. The designated points of contact and distribution guidelines also reflect the careful management of sensitive information pertinent to defense contracting and international collaborations. Overall, this file functions as a critical resource in coordinating upgrades and ensuring operational readiness for RSNF naval training systems through structured and verified requirements.
Apr 22, 2025, 9:06 PM UTC
The document outlines the Government Furnished Information (GFI) and Government Furnished Equipment (GFE) lists for a contract related to NAVAIR, detailing essential items required for performance. It includes revisions to the GFI list, specifying the removal and addition of items, notably GFI items numbered 38 to 47, and GFE item 6. Each entry in the list provides a nomenclature or description, distribution statement, provider, status (As Is: Yes/No), and date provided, indicating a focus on the management of sensitive and controlled information. Most items fall under export control, underscoring the importance of security in government projects. The GFE section includes specific tools and software essential for the contract's execution, with notable items like the Mission Computer and software support environment. This structured identification of government property is critical for ensuring compliance with federal regulations related to material handling, accountability, and necessary support for contractual obligations, thereby aligning with the principles of federal grants and RFPs for transparency and accountability in government contracts. Overall, the document serves to formalize the logistics and frameworks within which the contract will operate, ensuring all parties are informed of available resources and compliance needs.
Apr 22, 2025, 9:06 PM UTC
The Royal Saudi Naval Forces (RSNF) Tactical Operational Flight Trainer (TOFT) Upgrade seeks responses to various questions regarding the associated Request for Proposal (RFP) N61340-25-R-0006. The document provides a structured format addressing queries on Government Furnished Information (GFI), travel stipulations, contract references, and compliance with Cybersecurity Risk Management Framework (RMF). Key issues include clarifications on past performance referencing, requirements for critical documentation, and specifications for the upgrade. The RFP has undergone modifications based on submitted inquiries, with confirmations issued regarding contractor responsibilities and the current state of deliverables, such as the absence of specific military manuals, the adjustment of database requirements, and hardware specifications like server operating systems. The government has committed to providing additional GFI to aid in contractors' proposals, ensuring updated communication on technical and operational expectations essential for facilitating the TOFT upgrade while clarifying obligations related to subcontractors and past performance documentation. This comprehensive response mechanism within the RFP process illustrates the complexity and critical oversight involved in defense contracting and modernization efforts.
Apr 22, 2025, 9:06 PM UTC
The document outlines the requirements for submitting a Technical and Management Work Plan related to the RSNF MH-60R Trainer Hardware and Software under Contract N61340-XX-D-XXXX. It mandates the contractor provide a Cost Performance Index (CPI) assessment as specified in the Functional Baseline Technical Assessment. Key submission timelines include a preliminary CPI analysis due 45 days before the Functional Baseline Technical Assessment and a 45-day government review period for submissions. Contractors are given 30 days to resubmit documents with government comments. The document includes strict classification requirements and a distribution statement, restrictively marking the materials to protect sensitive information related to military applications. Additionally, it includes destruction and export warnings, indicating compliance with the Arms Export Control Act. Overall, the file emphasizes ensuring accurate and timely reporting for project components while safeguarding U.S. military data and compliance with applicable regulations.
Apr 22, 2025, 9:06 PM UTC
The document outlines the Request for Proposal (RFP) for a contract involving the upgrade of the Royal Saudi Naval Forces (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT). Amendment modifications extend the submission deadlines and update specific clauses related to the project's requirements. Key components include upgrading RSNF TOFT functionality, providing technical data, conducting training, and adhering to numerous regulations such as unique item identification. The contractor must deliver the upgraded system within 22 months after contract award, ensuring that all stipulations about technical data and item delivery, including relevant contract clauses and specifications, are met. Additionally, there are specific clauses regarding packaging, marking, inspection, and acceptance processes that the contractor must follow throughout the project’s execution. The document emphasizes compliance with legal frameworks and encourages contractors to maintain transparency in operations. This RFP is critical for the enhancement of military training systems, representing the U.S. government's commitment to supporting foreign military capabilities while ensuring adherence to contractual obligations and quality standards.
Apr 22, 2025, 9:06 PM UTC
The document outlines the amendment of a government solicitation related to contract N6134025R0006, specifically under RFP Modification 03. The main purpose is to revise the response deadline from May 2, 2025, to May 23, 2025, and to introduce several critical attachments that enhance the scope of work, including a Statement of Work for the Tactical Operational Flight Trainer upgrade for the Royal Saudi Naval Forces. Additionally, it details amendments in proposal submission guidelines, with emphasis on the need for clarity and completeness in proposals, especially regarding technical approaches and past performance documentation. The document specifies formatting requirements for proposals, submission procedures using the PIEE system, and guidelines for small business participation. These elements aim to streamline the evaluation process, ensuring that proposals demonstrate a clear understanding of the requirements and a commitment to quality and compliance throughout the project lifecycle. This amendment reinforces the government’s intent to maintain transparency and thoroughness in contract bidding processes.
Apr 22, 2025, 9:06 PM UTC
The document outlines a federal Request for Proposal (RFP) related to the upgrade and technical refreshing of the Royal Saudi Naval Forces' (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT) system. The RFP alerts potential contractors to the requirements for designing, documenting, developing, and delivering both hardware and software upgrades. It specifies that the contractor must integrate necessary modifications as per the Statement of Work (SOW) #240042 while also providing technical data and training services. The proposal emphasizes compliance with several regulatory demands, including unique identification for items delivered and adherence to military specifications for preservation and packaging. The RFP contains detailed sections covering supplies and services, contract clauses, inspection and acceptance terms, and delivery performance requirements. Key deadlines, contact information, and the structured bid submission process are included to guide eligible contractors. Ultimately, this document emphasizes the U.S. government's commitment to ensuring high-quality training systems for allied forces through rigorous procurement practices.
Apr 22, 2025, 9:06 PM UTC
The document is an amendment to a solicitation for the Tactical Operational Flight Trainer (TOFT) Upgrade for the Royal Saudi Naval Forces (RSNF). It outlines updates to various sections, including the addition of a Statement of Work, a Q&A form, and relevancy information. Key areas of focus include the offerors' responsibilities to demonstrate their proposals' alignment with the project's requirements, providing technical approaches, management plans, and past performance references. The solicitation emphasizes that the government will evaluate proposals based on technical merit, past performance, and pricing, with importance placed on achieving at least 20% participation from small businesses. Offerors must submit their proposals electronically in specified formats by specific deadlines. The evaluation criteria detail how the government determines confidence in the offerors’ abilities based on previous contracts and specific past performance metrics. Proposals lacking clarity or detail may lead to unfavorable evaluations and potential elimination from consideration. This solicitation serves as a mechanism to ensure compliance with technical specifications and foster fair opportunity among contractors while focusing on past performance and small business participation, reflecting broader government procurement objectives.
Lifecycle
Title
Type
Solicitation
Presolicitation
Special Notice
Similar Opportunities
Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Warfare Center Training Systems Division, is soliciting proposals for the sustainment of the Royal Saudi Naval Forces (RSNF) Surface Training Systems. This procurement aims to ensure the ongoing operational effectiveness and maintenance of training systems critical for the RSNF, which plays a vital role in maritime security and defense capabilities. The solicitation has undergone several amendments, including an extension of the proposal due date to May 12, 2025, and updates to various attachments and requirements. Interested parties should contact the primary point of contact, Elle Henning, at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172 for further details and to obtain the associated RFP documents.
69--C-130T Operational Flight Trainer (OFT) Device 2F107 Phase II Technology Refresh
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a competitive award process for a technology refresh of the C-130T 2F107-1 Operational Flight Trainer (OFT) at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Fort Worth, TX. The goal is to address technical obsolescence in the aging system's hardware and software. The Request for Proposal (RFP) will be issued in early May 2018.
69--CH-53E Containerized Flight Training Device (CFTD) Baseline Configuration Upgrade (BCU)
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor to upgrade the baseline configuration of the CH-53E Containerized Flight Training Device (CFTD) located at Marine Corps Air Stations (MCAS) Kaneohe Bay, HI. The upgrade will include the modification and upgrade of the existing device at MCAS Kaneohe Bay and the design, fabrication, installation, and test of a new device at MCAS Futenma, Japan. The upgrade aims to ensure high fidelity flight training and extend the usable life of the training devices. The contractor will replace or upgrade obsolete hardware and software components, including the host computer, Instructor Operator Station (IOS) computers, Program Support Equipment, Visual System, Control Loading System, and Input/Output (I/O) components. The contractor will utilize both Commercial Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) equipment to address obsolescence and supportability issues. The existing CH-53E Aircrew Procedures Trainer (APT) at MCAS Futenma will be replaced by the new device. The final Request for Proposals (RFP) is expected to be released in April 2017.
Fielded Training Systems Support V (FTSS V) Kuwait Air Forces (KAF) F/A-18 Trainers Contractor Operation and Maintenance Services (COMS)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is preparing to issue a Request for Proposal (RFP) for Contractor Operation and Maintenance Services (COMS) for the Kuwait Air Forces' F/A-18 training systems under the Fielded Training Systems Support V (FTSS V) contract. The procurement involves providing operations and maintenance services for multiple F/A-18C and F/A-18E trainers located at Ahmed Al Jaber, Kuwait, with a performance period of five years starting from June 1, 2026, which includes an initial 10-month base year and four optional 12-month periods. This contract is crucial for supporting the training needs of the Kuwait Air Forces, ensuring the operational readiness of their aviation personnel. Interested vendors should contact Amber Lizotte or Shannon Walyus for further details, with the anticipated RFP release date set for August 1, 2025, and contract awards expected by March 16, 2026.
69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
USNTPS OH-58C Replacement
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking information from industry regarding the provision of a Helicopter Autorotational/High Risk Testing Trainer (HATT) to replace existing training aircraft at the United States Naval Test Pilot School (USNTPS). The primary objective is to identify an aircraft capable of conducting autorotational and high-risk testing, including full logistical support such as maintenance and training, to enhance the training of test pilots and flight test engineers. This initiative is critical for ensuring that future aviators are proficient in handling emergency scenarios and developing essential flight skills, with a requirement for a minimum of five fully mission-capable aircraft to support over 500 flight hours annually. Interested vendors must submit capability statements by May 30, 2025, to Brad Dioguardo and Catrina Farrell via email, with the submission limited to 50 pages and addressing the specified requirements outlined in the RFI.
69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
S&RTS Kingdom of Saudi Arabia
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia. The contract will involve managing the import and export of Defense Transportation System (DTS) cargo, including various military cargo types, at designated seaports and airports, ensuring compliance with safety and operational protocols. This procurement is critical for supporting U.S. military operations and enhancing logistical capabilities in the region. Interested contractors must submit their proposals by May 7, 2025, at 4:00 PM Central Time, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Systems Command, is conducting a Request for Information (RFI) for the Undergraduate Jet Training System (UJTS) program, aimed at enhancing training for undergraduate U.S. Navy and Marine Corps jet aviators. The RFI seeks input on various aspects, including air vehicle specifications, training device mixes, and courseware recommendations, as part of ongoing market research to replace the T-45 Combined Multi-Service Pilot Training System. This initiative is critical for achieving Initial Operational Capability (IOC) swiftly while ensuring high training quality, with a Request for Proposal (RFP) expected to be released by December 2025 and contract awards anticipated by January 2027. Interested parties are encouraged to engage with the government by contacting Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Erin Allison at erin.e.allison.civ@us.navy.mil, with responses due by April 30, 2025.
1680 - FMS Repair of CONTROLLABLE SEARCH (10 units)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair ten units of the CONTROLLABLE SEARCH component for the MH-60R aircraft, specifically for the Australian government. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs independently. This repair work is critical for maintaining the operational capabilities of the Navy's weapon systems. Interested contractors must submit their capability statements within five days of the notice publication, and inquiries can be directed to Jillian Eder at 215-697-6490 or via email at jillian.a.eder.civ@us.navy.mil.