Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
ID: W15QKN-17-D-00017Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.

    Similar Opportunities
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Mid Range Capability (MRC) Production
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
    GCTC IV Extension J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the GCTC IV Extension J&A, which involves providing mission-critical IT communications infrastructure and services. The procurement aims to support the Product Lead for Defense-Wide Transmission Systems and the Project Manager for Defense Communications Transmission Systems, particularly in aiding U.S. Special Operations military forces in the global war on terrorism through various services such as program management, system engineering support, and operations maintenance. This opportunity underscores the importance of maintaining robust IT systems for military operations, ensuring effective communication and infrastructure. Interested parties can reach out to Mariah Ross at mariah.m.ross.civ@army.mil or Shelly A. Hitt at shelly.a.hitt.civ@army.mil for further details.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    FA870513C0005 CPT Production Notice of Contract Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is announcing a no-cost extension for the Family of Advanced Beyond Line-of-Sight Terminals (FAB-T) Production Contract FA8705-13-C-0005, extending the Period of Performance from December 31, 2025, to December 31, 2027. This extension applies to a subset of fifteen Cost Plus Fixed-Fee (CPFF) Contract Line-Item Numbers (CLINs) due to contractor and site-related delays, ensuring the continued provision of secure satellite communications for U.S. and international forces. The FAB-T program is critical for meeting national security requirements, particularly for Command Post Terminals (CPT) with PNVC capability, and is limited to qualified sources such as Boeing and Raytheon due to their unique expertise. Interested parties can reach out to Brittany Desilets at brittany.desilets@us.af.mil or Catherine Ellison at catherine.ellison.1@us.af.mil for further information.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    JOFOC Posting for the Extension of NTC Site Support Services
    Buyer not available
    The Department of Energy is seeking to extend and increase the price ceiling for the Kupono master IDIQ contract, which provides essential site support services for the National Training Center (NTC). This sole source action encompasses a comprehensive range of services, including the development and delivery of health, safety, security, and procurement training for both Federal and contractor employees associated with the Department of Energy and the National Nuclear Security Administration. The NTC plays a critical role in ensuring the preparedness and safety of personnel through its training programs, which also include cyber-security and IT support, as well as facility maintenance. Interested parties can reach out to Ryan Miller at Ryan.Miller@hq.doe.gov or call 202-287-1487 for further details regarding this opportunity.
    F5 Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.
    Mission Test support Services (MTSS) Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to extend the Mission Test Support Services (MTSS) at Yuma Proving Ground in Arizona. This procurement involves professional engineering and technical support services, as outlined in the attached Justification and Approval document. The MTSS is crucial for ensuring the successful execution of mission testing and evaluation activities, which are vital for military readiness and operational effectiveness. Interested parties can reach out to Karen F. Davis at karen.f.davis.civ@army.mil or by phone at 928-328-6124 for further details regarding this opportunity.