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
GQM-163A Aerial Target Operation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a sources sought notice for the GQM-163A Aerial Target Operation, aimed at gathering market research for potential contractors. Interested parties must be certified through the Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and must coordinate with their CAGE code’s Data Custodian for access. This opportunity is crucial for ensuring the operational readiness and effectiveness of aerial target systems, with responses due by May 7, 2025, at 3:00 PM PST. For further inquiries, interested contractors can contact Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
58--TOWED ARRAY SUBASSE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Towed Array Subassembly, which is critical for underwater sound equipment applications. This procurement requires compliance with various military specifications and quality assurance standards, including First Article Testing and production lot approval, to ensure the assembly meets stringent performance and safety requirements. The successful contractor will be responsible for adhering to detailed design and manufacturing processes, with a focus on quality control and configuration management, as the equipment is intended for use on submarines and surface ships. Interested vendors should contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil for further details, as the contract is set to be awarded following a competitive evaluation process.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation_Amendment 1
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System under solicitation number 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 their 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.
5865 - synopsis for PBL support of the ALR-67(V)3 system.
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking qualified contractors to provide Performance Based Logistics (PBL) support for the ALR-67(V)3 radar warning system, specifically for various components related to the F/A-18 aircraft. The procurement includes items such as Low Band Integrated Antennas, Countermeasures Receivers, and Enhanced Antenna Detectors, which are critical for electronic warfare capabilities. The government intends to negotiate with only one source under FAR 6.302-1, and interested parties must submit capability statements within 15 days of the notice publication. For further inquiries, contractors can contact Colleen Courtney at colleen.courtney.civ@us.navy.mil.
Joint Multiple Effects Warhead System (JMEWS) Transition to Production (TTP)
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to Contract N00019-19-C-0004 for the Transition to Production (TTP) of the Joint Multi Effects Warhead System (JMEWS). This procurement aims to address critical requirements related to test readiness, design, integration, testing, evaluation, and hardware production, supporting the continued development and production readiness of JMEWS for integration into Tactical Tomahawk (TACTOM) systems. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and manufacturing documentation. Interested parties may submit capability statements to Shondra Stoner at shondra.l.stoner.civ@us.navy.mil, with the anticipated period of performance being 18 months from contract award.
E6B – Very Low Frequency/ High Power Transmit System (VLF/ HPTS) - Follow on Flush DO
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source contract with Rockwell Collins for the flushing and inspection of the Very Low Frequency/High Power Transmit System (VLF/HPTS) Dual Trailing Wire Assembly (DTWA) on the E-6B aircraft. This procurement is critical for maintaining the operational readiness and functionality of the VLF communication systems used in airborne strategic command and control. The anticipated contract, which will be a Firm Fixed Price Task Order, is expected to span 12 months, commencing from the anticipated award date of November 30, 2025. Interested parties may submit capability statements or proposals within 30 days of this notice, and inquiries can be directed to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil or Bezeyem Lemou at bezeyem.lemou.mil@us.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.