Production and Related Support for ALE-55 Decoy Systems for BQM-34S Aerial Target Advanced Off-Board (AOB) Pod and ALQ-167 Fiber-Optic Towed Decoy (FOTD) Pod
ID: N00019-25-RFPREQ-WPM208-0039Type: Presolicitation
Overview

Buyer

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

NAICS

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

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract for the production and related support of ALE-55 Decoy Systems, specifically for integration with the BQM-34S Aerial Target and ALQ-167 Fiber-Optic Towed Decoy Pod. This procurement aims to secure follow-on efforts necessary for the production of the ALE-55 system, which is critical for use on full-scale fixed-wing aircraft during weapons system test and evaluation. The anticipated contract award is expected in the third quarter of fiscal year 2025, with a delivery timeline of 12 months post-award, and interested parties can submit capability statements to the primary contact, Tamiko C. Blackson, at tamiko.c.blackson.civ@us.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System, designated as N00024-25-R-5341. This procurement aims to secure engineering and technical services for the development, integration, and deployment of AEGIS-based combat systems on U.S. Navy surface combatants and international tactical sites. The contract will be a Cost Plus Fixed Fee (CPFF) arrangement, with the potential for an additional award fee, and all work must comply with applicable laws and regulations. Interested offerors should direct inquiries to Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or Robert Larkin at robert.j.larkin25.civ@us.navy.mil, and note that there is no funding associated with this announcement, which is not a commitment to contract.
AN/ALQ-131 Electronic Countermeasures (ECM) Pod Parts Sources Sought Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential suppliers for parts related to the AN/ALQ-131 Electronic Countermeasures (ECM) Pod through a Sources Sought Synopsis. The objective is to identify companies capable of designing, manufacturing, and qualifying parts that are compatible with specified Northrop Grumman part numbers, emphasizing the need for expertise in handling classified materials. This procurement is crucial for maintaining the operational effectiveness of electronic countermeasure systems used by the Air Force. Interested parties, including both large and small businesses, are encouraged to submit their capabilities and relevant experience by May 31, 2025, to Daniel Daniels at daniel.daniels.2@us.af.mil, adhering to the guidelines for classified and unclassified submissions.
Notice of Intent to Sole Source - Stinger Air-to-Air Launcher
Buyer not available
The Department of Defense, specifically the Department of the Navy, intends to negotiate a sole-source contract for the procurement of the Stinger Air-to-Air Launcher (ATAL) system from Raytheon Company. This procurement includes spares, training, sustainment, and associated engineering services to support the Marine Air Defense Integrated System Increment 1 (MADIS Inc. 1) program, as Raytheon is the original designer and producer of the ATAL, which is the only available solution that meets the program's requirements. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability by 10:00 AM local time on April 17, 2025, to the primary contacts, Max L. G. Kirkman and Stasia Baker, via their respective emails.
Advanced Technology Insertion and Integration for Weapon Systems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, intends to procure research, development, test, and evaluation (RDT&E) services for advanced technology insertion and integration for various weapon systems. The procurement aims to enhance systems such as AARGM, MSST, and AIM-9 Rocket Motors through design, development, technology demonstrations, and integration activities, focusing on improving military utility and operational effectiveness. Interested firms must submit a written capability statement referencing solicitation number N6893625R0013 within 15 days of this notice, demonstrating their qualifications and ability to meet the requirements. For further inquiries, contact Elizabeth Schlick at elizabeth.a.schlick.civ@us.navy.mil or Tara Brandt at tara.m.brandt.civ@us.navy.mil.
RECEIVER,RADIO; Qty: 2
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two radio receivers specifically for use in the P-8 aircraft. This procurement is a sole-source requirement, as the Government does not possess the necessary data to engage alternative suppliers, making Undersea Sensor Systems, Inc. the only approved source for this item. The contract is expected to last for one year, with a projected award date of May 30, 2025, and interested parties may submit capability statements within 15 days of this notice. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
AN/ALQ-131 Electronic Countermeasures (ECM) Pod Parts - Additional Part Numbers 4-3-2025
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is conducting market research to identify potential sources for the design, manufacture, and qualification of AN/ALQ-131 Electronic Countermeasures (ECM) Pod Parts. This initiative aims to find organizations capable of meeting specific requirements associated with Northrop Grumman Corporation part numbers, emphasizing the need for expertise in electronic warfare and avionics. Interested parties, including both large and small businesses as well as research institutions, are encouraged to submit detailed documentation of their capabilities and past experiences by May 31, 2025. For further inquiries, respondents may contact Daniel Daniels at daniel.daniels.2@us.af.mil.
Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
Missile Systems - Recertification Fuze Procurement
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate and award a Firm Fixed Price Delivery Order to Raytheon Missiles & Defense for the procurement of new fuzes necessary for the recertification of the Tomahawk Missile System. This procurement is driven by service life limits that necessitate the replacement of fuzes during missile recertification, highlighting the critical nature of maintaining operational readiness for this key defense asset. Raytheon is the sole manufacturer of the Tomahawk Missile System and possesses the unique expertise and technical data required for this effort, making this a sole-source procurement under the authority of FAR 6.302. Interested parties may submit capability statements to Zacerry Herbert at zacerry.g.herbert.civ@us.navy.mil, although this notice is not a request for competitive proposals.