MH-60 Gen 5i- Mission Computer (MC) Buy
ID: N00019-25-RFPREQ-APM299-0286Type: Presolicitation
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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with Lockheed Martin Rotary and Mission Systems (RMS) for the procurement of 44 Gen 5i Mission Computers, with 30 units designated for the United States Navy and 14 for Foreign Military Sales. This procurement is critical for the operational capabilities of the MH-60R and MH-60S aircraft, as Lockheed Martin is the sole designer and manufacturer with the necessary expertise and resources to fulfill this requirement. The projected delivery timeline for these mission computers spans from September 2028 to June 2030, with the place of performance located in Owego, New York. Interested parties may direct inquiries to Heidi Daly or Amber Yurko via the provided email addresses, and subcontracting questions can be addressed to Ms. Ana G. Medina or Megan Robinson.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    COMPUTER,LAPTOP
    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 laptops and computers. The contract will involve the refurbishment and repair of critical components designated as Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems. This procurement is crucial for maintaining operational readiness and ensuring the reliability of submarine systems, with a desired delivery timeline of 180 days. Interested vendors must have a valid U.S. security clearance of CONFIDENTIAL or higher and are encouraged to contact Robert H. Langel at 717-605-3353 or via email at robert.h.langel.civ@us.navy.mil for further details.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    Structural Repair Manual (SRM) Phase II NRE
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Delivery Order for the procurement of structural repair methodology and damage limits for the CH-53K® Aircraft, with Sikorsky, A Lockheed Martin Company, as the sole provider. This procurement is critical as Sikorsky is the designer and sole producer of the CH-53K® aircraft, possessing the unique technical data and engineering support experience necessary to fulfill the U.S. Navy's requirements. The Government has determined that no other source can meet these needs due to the lack of adequate license rights to the required technical data package. Interested parties may express their interest and capability in writing to the designated contacts, Erin Conden and Kevin Ritter, via email, with no phone inquiries accepted.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.