SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
ID: N0016425RJQ24Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

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

PSC

NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION (5855)
Timeline
    Description

    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 supplies/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 upgrade support, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique capabilities as the designer and manufacturer of the TSS. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order valued at $3.5 million, and proposals must be submitted by October 10, 2024, with the contract award expected by 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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    FMS REPAIR OF TSS TURRET ASSY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the TSS Turret Assembly from Lockheed Martin Corporation. This procurement is critical as the TSS Turret Assembly, identified by part number 797239360-019, is essential for aircraft gunnery fire control, and Lockheed Martin is the Original Equipment Manufacturer (OEM) with exclusive rights to provide the necessary repair support. Interested parties have 15 days to express their interest and capability to meet the requirements, with a final deadline for proposals set at 45 days from the notice publication. For further inquiries, Alyssa Thieu can be contacted via email at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    28--BEARING SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of three units of the bearing support, identified by NSN 7R-2840-011314730-TN and reference number 6042T24G01. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data necessary for full and open competition is not adequately available. Interested parties must provide detailed documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and proposals must be submitted within 45 days of the notice publication, with contact Charles F. Horan available at (215) 697-1303 or via email at CHARLES.F.HORAN@NAVY.MIL for further inquiries.
    7B22 - NAVSUP WSS is anticipating the award of follow on 5 Year Basic Ordering Agreement (BOA) for the repair and spares coverage of the items identified in Attachment A (see attached).
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is anticipating the award of a follow-on 5-Year Basic Ordering Agreement (BOA) for the repair and spares coverage of specific items detailed in Attachment A. This procurement is critical as it involves flight-critical items that require Government source approval prior to contract award, with Northrop Grumman Systems Corp. being the only qualified source for these repairs. Interested vendors must submit the necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochure, to be considered for this opportunity. For inquiries, potential bidders can contact Peter Kobryn at 215-697-3972 or via email at peter.kobryn@navy.mil.
    15 - FMS Repair - STABILATOR ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of five Stabilator Assemblies, identified by NSN 7R 1560-012027150 and part number 70200-27001-044. This procurement is critical as the government lacks sufficient data to engage alternative sources, necessitating the use of an already established Basic Ordering Agreement (BOA) for this requirement. The items involved are subject to Free Trade Agreements and require Government Source Approval prior to award, with interested parties needing to submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For inquiries, potential contractors can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    TR-343 & TR-343A (Connectorized) Transducer Tube Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the fabrication and refurbishment of TR-343 and TR-343A Transducer Tube Assemblies. This procurement aims to meet the requirements for both new production and refurbishment of these assemblies, which are critical components supporting the AN/SQQ-89(V) Anti-Submarine Warfare system. The solicitation emphasizes adherence to stringent engineering standards, quality control measures, and comprehensive testing protocols, including First Article Testing (FAT), to ensure reliability and performance in naval operations. Interested contractors should note that the submission deadline has been extended to October 1, 2024, at 4:00 PM, and may contact Kori Johnston at kori.a.johnston.civ@us.navy.mil or 812-381-7142 for further information.