NAVSUP WSS Philadelphia solicitation to L3 Technologies Inc. (06401) for the repair and retrofit of items for the MIDS TTNT System and FMS items. The intention of this solicitation is to award a five year Basic Ordering Agreement.
ID: N00383-25-R-8607Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of Defense, through NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, is soliciting a five-year Basic Ordering Agreement (BOA) with L3 Technologies Inc. for the repair and retrofit of items related to the Multifunctional Information Distribution System (MIDS) TTNT, including MIDS JTRS, MIDS LVT, and FMS items. The procurement aims to ensure the continued support and maintenance of critical avionics systems, which are essential for military operations and communications. Interested parties must respond within seven days of this notice, providing necessary documentation for source approval if they are not already an approved supplier, with all inquiries directed to Cody Cameron at cody.p.cameron@navy.mil or by phone at 215-697-4806.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement request for various types of receivers and associated components, detailing specifications, estimated quantities, and replacement costs for each item over a five-year projection. Each entry includes a nomenclature, part numbers, estimated quantities for yearly production, and their corresponding costs. Items range from specific receiver types to power supplies and data processing units, with price tags indicating significant investment in military or technical equipment. The focus of the RFP appears to be on acquiring essential communication and processing systems, which are crucial for operational readiness. This procurement aims to sustain the supply chain for critical technology in government operations, reflecting the broader government goal of maintaining effective and up-to-date equipment in response to evolving needs. The structured presentation of data makes it clear that this is a strategic initiative to enhance technological capabilities while adhering to federal procurement guidelines.
    The document outlines the terms of a Basic Ordering Agreement (BOA) between the federal government and L3 Technologies Inc., specifically for repairs and modifications of government property within the Multifunctional Information Distribution System TTNT System. Key provisions include the contractor’s obligations to provide labor, materials, and facilities for the repairs, while adhering to specified timelines and costs. It covers the ordering procedures for both priced and unpriced orders, detailing requirements for order content, pricing, and documents necessary for the administration of the contract. The BOA also stipulates unique identification requirements for items delivered, compliance with inspection and acceptance standards, and mandated packaging and marking protocols. Additionally, it includes provisions for reporting inventory transactions, with emphasis on the importance of adhering to updated procurement practices and standards. This document serves as a formal solicitation for service and supplies, emphasizing compliance and efficient management in defense procurement.
    Similar Opportunities
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Receiver Transmitter, identified by NIIN 016298083. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current one, necessitating Government Source Approval prior to award. The items are critical for military operations, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil or by phone at 215-697-1202.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    FMS REPAIR - QTY 2 - NIIN 014178763
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two Receiver-Transmitter units under solicitation number N0038326QN058. This opportunity is specifically targeted towards Women-Owned Small Businesses (WOSB) and includes detailed requirements for packaging, marking, inspection, and acceptance, adhering to military and commercial standards for preservation and packing. The goods are critical for military communications, emphasizing the importance of compliance with configuration management and reporting protocols. Interested vendors should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details and to ensure participation in the procurement process.
    LSO, IPIP ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair of the LSO, IPIP ASSY, which falls under the NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement aims to establish a contract for the repair of specific equipment, with a required Repair Turnaround Time (RTAT) of 90 days and adherence to Government Source Inspection (GSI) protocols. This equipment is critical for maintaining operational readiness within the Navy, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL or by phone at 717-605-2774, with the solicitation details available for review.
    Synopsis for Solicitation N0038326QD053
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    FMS REPAIR - QTY 1 - NIIN 016571362
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific item, the CONTROL, RADIO SET TRANSFER, with NIIN 016571362, on a sole source basis from Rockwell Collins. The procurement involves a total quantity of one unit and is classified under miscellaneous communication equipment, highlighting its critical role in military operations. Interested parties are invited to submit capability statements or proposals within five days of the notice publication, with the solicitation expected to be issued on December 18, 2025, and responses due by January 19, 2026. For further inquiries, potential bidders can contact Danielle DiCiacco at danielle.diciacco.civ@us.navy.mil or by phone at (215) 697-5970.
    Synopsis for ATFLIR FMS BOA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    MASTER INTRFACE CON
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the Master Interface Connector (NSN: 7GH 5895 016611976). The procurement aims to secure repair services on a firm-fixed price basis, with a monetary limitation set at $103,409. This equipment is critical for maintaining operational readiness in naval systems, and the contractor must adhere to specific quality and packaging standards, including compliance with MIL-STD-2073-1E. Interested contractors should submit their repair quotes, including necessary documentation, to the primary contact, James B. Burnett, at 717-605-8656 or via email at james.b.burnett1.civ@us.navy.mil, with the solicitation closing date to be confirmed in the official notice.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.