N0038325Y2302; Basic Ordering Agreement; Sole Source
ID: N0038325Y2302Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, 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 NAVSUP Weapon Systems Support, intends to establish a Basic Ordering Agreement (BOA) on a Sole Source basis with Palomar Products Inc for the repair and supply of various electronic and communication components essential for military operations. The procurement encompasses a range of items, including circuit card assemblies, control units, and mission audio panels, which are critical for maintaining the operational integrity of defense communication systems. This initiative underscores the government's commitment to sustaining essential technical resources, with the expectation that the award will be made to the approved source, Palomar Products Inc. Interested parties must submit their interest and capability to meet the requirements within 15 days of this notice, and inquiries can be directed to Patrick Horan at patrick.j.horan23.civ@us.navy.mil or by phone at 215-697-0275.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) focused on repairs and replacements of various electronic and communication components for military or governmental use. It specifies the designation, part number, input/output characteristics, and replacement prices for multiple items, including circuit cards, mission audio panels, and control units. The estimated quantities for five years are detailed, indicating consistent annual procurement of certain components, with some showing varying request patterns each year. The document is organized by item number and includes pricing information for budgeting purposes. The emphasis on specific components underscores the importance of maintaining operational integrity in communication equipment for defense operations, showcasing the government's commitment to upgrading and sustaining essential technical resources. This RFP serves to allocate funds and resources for maintaining critical military communication systems, necessitating adherence to procurement protocols and vendor compliance.
    The document is a detailed inventory of various electronic and electrical components, categorized under federal supply classifications (FSC) for procurement and packaging data. It includes items such as card assemblies, jack boxes, control units, and other vital equipment components along with their unique identifiers (NIIN) and details for packaging and transportation. Each item is designated with quantities and additional specifications which pertain to their usage and handling. The file serves as a reference for federal agencies and contractors, ensuring compliance with procurement regulations and facilitating efficient supply chain management within government operations. This structured inventory aids in understanding available resources and guides procurement strategies for federal, state, and local agencies, highlighting the government’s emphasis on accountability and oversight in equipment procurement.
    The document outlines a Basic Ordering Agreement (BOA) related to the repair and supply of materials for the P8 System under the U.S. government, emphasizing its compliance with the Defense Priorities and Allocation System. It includes details about procurement processes, including the use of coded contracts, invoicing, and payment procedures administered by the NAVSUP Weapon Systems Support. Key sections cover the supply of repairable assemblies and spares, detailing requirements for inventory transaction reporting and stipulated procedures for placing orders. The contractor is responsible for repairs, with specifications laid out for packaging, inspection, and acceptance processes. The document specifies terms for priced and unpriced orders, establishing clear guidelines for delivery periods and authorization of changes in orders. It notes stringent requirements for configuration management and compliance with engineering changes, emphasizing that any alterations to the contract must receive prior approval from authorized officials. Overall, this BOA serves as a structured guide for government contractors regarding their obligations to provide repairs and services while adhering to regulatory standards and ensuring accountability through detailed reporting and communication protocols.
    Similar Opportunities
    61--BPAU ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 18 units of the BPAU assembly for repair and modification, as outlined in the presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-6130-016432530) and is classified under the PSC code 6130, which pertains to electrical converters that are non-rotating. This contract action is significant as it addresses a critical supply need for the Navy, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive procurement, thus opting for a sole-source negotiation. Interested parties are encouraged to express their interest and capabilities to the primary contact, Valentino P. Arena, via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government will consider all proposals received during this timeframe.
    16--AUDIO CONTROL PANEL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure 57 units of an audio control panel, specifically under the NSN 7R-1680-015855462-P8, for repair and modification purposes. 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 available does not support full and open competition. Interested parties must provide detailed documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Kelly A. Gipson at kelly.a.gipson2.civ@us.navy.mil.
    COMMS BAR BASE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    59--PRINTED CIRCUIT BOA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the repair and modification of printed circuit boards under a presolicitation notice. The procurement involves a quantity of 12 units of the printed circuit board identified by NSN 7H-5998-011347990-GL, with specific delivery instructions to DLA Distribution Norfolk, VA. These components are critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing, thus limiting competition to a single source. Interested parties must submit their proposals or capability statements within 45 days of the notice, and inquiries can be directed to Dianne Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL.
    N0038325PR0R803 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for the repair of Rockwell Collins Avionics Circuit Card Assemblies, identified by National Stock Number (NSN) 7R5998013294492, with a total quantity of four units. The procurement will be negotiated solely with Rockwell Collins under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, emphasizing the critical nature of these electronic components for military operations. Interested firms must submit a Source Approval Request (SAR) if they are not Rockwell Collins, although the procurement timeline will not be delayed for SAR approvals. Electronic solicitations are expected to be issued around December 17, 2025, with a closing date of January 16, 2026. For further inquiries, interested parties can contact Gina Sassane at gina.p.sassane.civ@us.navy.mil or by phone at 771-229-2677.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.