Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System
ID: N6893625Q0067Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure the Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System, specifically from Curtiss-Wright Defense Solutions. This procurement involves the purchase of equipment and services as outlined in the Statement of Work (SOW), which is classified as Controlled Unclassified Information (CUI) and requires contractors to be certified through the Defense Logistics Information Services (DLIS) to access such information. The contract type is anticipated to be Firm-Fixed Price, and while the government intends to award the contract to a single source, other vendors may submit written responses for consideration within 15 days of the notice date. Interested parties can reach out to Marijo Pascua or Katy J. White via email or phone for further inquiries.

    Files
    No associated files provided.
    Similar Opportunities
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    ADVANCED HARPOON WEAPONS CONTROL STATION (AHWCS) TECHNICAL MANUALS, DATA AND COMPUTER SOFTWARE
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to The Boeing Company for the provision of digital copies of existing Advanced Harpoon Weapons Control Station (AHWCS) Technical Manuals, technical data, cable drawing packages, and computer software, both classified and unclassified. This procurement is critical to support the United States Navy's operational capabilities, as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise required for this task. The contract award is anticipated in the first quarter of fiscal year 2026, and interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil or Lindsey Boka at lindsey.a.boka.civ@us.navy.mil for further information, while subcontracting opportunities can be explored with Chasity Strickland at Chasity.L.Strickland@boeing.com.
    MK46 OSS / MK20 EOSS FY26 Spares
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) to L3Harris for the procurement of spare and component parts in support of the MK20/46 EOSS OSS. This procurement is critical as L3Harris is the only known source capable of meeting the Government's requirements within the necessary timeframe, highlighting the specialized nature of the goods involved. Interested parties seeking subcontracting opportunities are encouraged to reach out directly to L3Harris, while responsible sources may submit capability statements by the closing time of this notice. For further inquiries, potential bidders can contact Lydia DiCola at lydia.j.dicola.civ@us.navy.mil or Jennifer Escobar at jennifer.m.escobar2.civ@us.navy.mil.
    JOYSTICK,DATA ENTRY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of joystick data entry systems. This procurement involves the refurbishment and repair of Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems, ensuring operational reliability and safety. The contract will be awarded on a firm-fixed-price basis, with a desired delivery timeline of 180 days from the order date. Interested vendors should direct inquiries to Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL, and must comply with specific quality assurance and inspection requirements outlined in the solicitation.
    JTIDS DDPG UNITS; Qty: 4, NIIN: LLF02N751
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four JTIDS DDPG units under a sole source requirement. This procurement is necessary as the Government lacks sufficient data to contract with sources other than the current supplier, and the items are subject to Free Trade Agreements and require Government Source Approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and offers that do not include this information will not be considered. For inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
    14--CLEARBORE,MSL ALIGN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide 20 units of the CLEARBORE, MSL ALIGN, as indicated in the presolicitation notice. The procurement involves the delivery of these guided missile launchers to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. This equipment is critical for maintaining the operational readiness of naval weapon systems. Interested vendors should contact Amanda R. Hayward at (717) 605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the submission process and requirements.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    59--QBUS INTERFACE TO I
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure seven units of the QBUS Interface to I, identified by NSN 7H-5998-013718593. The procurement involves a delivery term of FOB Origin, and it has been determined that the government does not own the data or rights necessary to purchase or contract repair of this part from additional sources, making it uneconomical to reverse engineer. Interested parties are encouraged to review Military and Federal Specifications and Standards available through the DoD Single Stock Point and must express their interest and capability to meet the government's requirements with a commercial item within 15 days of this notice. For further inquiries, interested vendors can contact Candice Benjamin at (717) 605-2995 or via email at Candice.Benjamin@navy.mil.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.