V-22 Technology Refresh “Digital Backbone”
ID: N00019-25-RFPREQ-APM275-0634Type: 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

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is conducting market research to identify potential sources for innovative network solutions, referred to as the "Digital Backbone," for the V-22 Osprey aircraft. The primary objective is to enhance the aircraft's ability to rapidly integrate new capabilities and disseminate avionics information without modifying existing mission processing software, thereby facilitating the onboarding of third-party applications. This initiative is crucial for improving the V-22's operational efficiency and adaptability to evolving mission requirements. Interested parties must submit their responses by 5:00 PM ET on September 26, 2025, to Kady M. Harris at kady.m.harris.civ@us.navy.mil and Marissa Fields at marissa.g.fields.civ@us.navy.mil, as this is a request for information only and not a solicitation for proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Allowance Buy - Various V22 Parts
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors for the acquisition of various V-22 Osprey spare parts to support new outfitting requirements and changes to existing outfitting levels. This procurement focuses on specific components identified by their National Item Identification Numbers (NIINs), which include a range of aerospace and mechanical parts essential for the maintenance and operation of the V-22 Osprey aircraft. The government intends to negotiate with Bell Boeing Joint Program Office as the sole source for these items, given their status as the Original Equipment Manufacturer (OEM) for the identified NIINs. Interested parties may submit capability statements within 15 days of this notice, and inquiries can be directed to Nicole Rounay at nicole.t.rounay.civ@us.navy.mil.
    1680-01-599-1742- IRS SHELL ASSY,AIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of eight units of the IRS Shell Assembly for the Osprey V-22A aircraft, under solicitation number SPE4A726R0095. This procurement is classified under NAICS code 488190, which pertains to Other Support Activities for Air Transportation, and is categorized as a firm fixed-price contract with delivery expected within 268 days. The solicitation will be issued on or around November 18, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp. For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    59--BACKPLANE ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure seven Backplane Assemblies under a sole source contract with DRS Environmental Systems Inc. The procurement involves the purchase of NSN 1R-5998-014608703-SF, P/N 735345-301, which is critical for repair support, as the government does not possess the necessary data to source this part from alternative manufacturers. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on November 17, 2025, and a closing date of December 22, 2025. For further inquiries, interested organizations may contact Jason J. Sklencar at jason.j.sklencar.civ@navy.mil.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    Fiber Optics
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for fiber optic cable manufacturing. This procurement aims to streamline the acquisition of essential supplies and services to support various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate ongoing procurement needs, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.