Electromagnetic Aircraft Launch System (EMALS) and Advanced Arrestment Gear (AAG) Sustainment IDIQ
ID: N00019-24-RFPREQ-TPM251-0652Type: Sources Sought
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide sustainment services for the Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems aboard Ford-class nuclear-powered aircraft carriers and the Future French Carrier. The procurement aims to secure engineering, logistics support, technical assistance, and life cycle sustainment, including the development of technical data, software changes, and quality assurance management. The EMALS and AAG systems are critical for enhancing the safety and operational capabilities of carrier-based aircraft launches and recoveries. Interested parties must submit their capability statements by 4:00 PM (EST) on October 17, 2024, to Jacob Halowell and Margo O'Rear via the provided email addresses, with the planned contract award date set for December 2025 and an ordering period extending through December 2030.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Electromagnetic Aircraft Launch System (EMALS) Depot Standup Phase II
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide depot repair and overhaul capabilities for the Electromagnetic Aircraft Launch System (EMALS) as part of the Depot Standup Phase II for Ford Class carriers. This procurement involves comprehensive logistics support, including the development of technical data, diagnostic capabilities, and support equipment requirements, aimed at ensuring operational readiness for the Ford Class carriers by FY28. The contract is expected to be awarded in June 2025, with performance extending through June 2027, and interested parties must submit their capability statements by 4:00 PM (EST) on October 14, 2024, to the designated contacts, Jacob Halowell and Margo O'Rear, via email.
    NGL Assembly, Flush Deck CVN 81
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is seeking sources for the procurement of the Nose Gear Launch (NGL) Assembly, Flush Deck, Part Number 613474-7, which is critical for the construction of the CVN-81 aircraft carrier. This assembly includes several components essential for aircraft launch and recovery operations, such as the NGL Buffer Valve Manifold and NGL Charging Panel, and is designated as a Critical Safety Item (CSI) with a required in-yard date of August 6, 2028. The procurement emphasizes the need for specialized manufacturing processes and compliance with stringent testing requirements due to the safety implications involved. Interested businesses must submit their capability packages by October 8, 2024, to Contract Specialist Jonathan Lopes at jonathan.a.lopes.civ@us.navy.mil, and are required to provide a current DD Form 2345 to access government-owned technical data.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    N00024-23-C-5123 P000XX AEGIS Fielding and Sustainment Ceiling Increase
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking capable contractors for the follow-on effort related to the AEGIS Fielding and Sustainment (AEGIS F&S) contract, N00024-23-C-5123. The primary objective is to provide software engineering, maintenance, testing, and installation services necessary to sustain and upgrade AEGIS-based combat systems utilized by the U.S. Navy, U.S. Coast Guard, and allied naval forces. This initiative is critical for ensuring the effective integration and functionality of existing AEGIS Weapon System and Combat System installations, as well as managing the AEGIS Common Source Library software. Interested parties must submit a completed Military Critical Technical Data Agreement (DD Form 2345) or a valid CAGE Code to the designated contacts within seven calendar days of the Sources Sought release, with responses due by October 2024. For further inquiries, contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil.
    Sources Sought Notice for USS Aircraft Carriers, Nuclear Propulsion (CVN) Ship Repair, Maintenance, Modernization, and Overhaul at Yokosuka, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Yokosuka, is seeking qualified contractors for the maintenance, repair, modernization, and overhaul of U.S. Navy nuclear-powered aircraft carriers at Yokosuka, Japan. The procurement focuses on both scheduled non-dry-docking maintenance and unscheduled repair activities, which will be conducted at Berth 12 over a five-year period from May 2026 to May 2031, under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is critical for ensuring the operational readiness and safety of the Navy's fleet, requiring contractors to demonstrate significant experience in complex ship repair tasks, including structural repairs and system testing. Interested companies must submit their qualifications, capability statements, and relevant project experience by October 30, 2024, to the designated contacts, Gil Lopez and Peter Arrieta, via email.
    HPE Brand Name Servers and Storage Devices
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from vendors regarding the procurement of Hewlett Packard Enterprise (HPE) brand name servers and storage devices to support the Advanced Arresting Gear (AAG) program. This request for information (RFI) aims to gather insights and capabilities from potential suppliers, as it does not constitute a formal request for proposals (RFP) nor obligate the government to contract for any services. The goods are critical for enhancing operational capabilities within the Navy's aircraft systems, and interested parties are encouraged to respond to specific questions regarding their business size and capabilities by 11:00 AM EDT on October 8, 2024. Responses should be submitted in writing to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil, as verbal responses will not be accepted.
    F/A-18E/F AND EA-18G PRODUCTION LINE SHUTDOWN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to procure production line shutdown services for the F/A-18E/F and EA-18G aircraft from The Boeing Company and its subcontractors. The procurement involves the disposition, packaging, and shipment of Government-Furnished Property, Support Equipment, Special Tooling, and Special Test Equipment currently held by Boeing and its suppliers, with a performance period anticipated to last 38 months. This initiative is critical as it ensures the proper management and storage of approximately 18,830 items of Government property, leveraging Boeing's unique access to the necessary technical data and records. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Meya Musso, at yakedra.musso@navy.mil, within 15 days of this announcement, as the procurement is being pursued on a sole source basis.
    CABLE ASSY, AEGIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the CABLE ASSY, AEGIS, through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of critical electrical and electronic assemblies, which are vital for naval defense systems. The contract will require bidders to provide a Repair Turnaround Time (RTAT) and adhere to strict quality assurance and inspection standards, with the expectation of Government Source Inspection (GSI) upon completion. Interested contractors should contact Justin Long at 717-605-1456 or via email at JUSTIN.LONG6@NAVY.MIL for further details, as the solicitation is issued under Emergency Acquisition Authority and includes specific compliance requirements.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.