Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT) Terminals and Spares Production, MIDS-LVT Block Upgrade 2 (BU2) Retrofits, and Engineering Services to include Repairs
ID: N00039-24-R-4019Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL INFORMATION WARFARE SYSTEMSSAN DIEGO, CA, 92110-3127, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

COMM/DETECT/COHERENT RADIATION (58)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is issuing a Full and Open Request for Proposal (RFP) for the production of Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT), associated spares, MIDS-LVT Block Upgrade 2 (BU2) retrofits, and engineering services, including repairs. This procurement aims to establish one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, which will feature a five-year ordering period to ensure the availability of critical communication equipment. The MIDS-LVT systems are vital for secure and reliable military communications, enhancing operational effectiveness across various defense applications. Interested vendors should reach out to Contract Specialist Rodrigo Peraza at rodrigo.peraza.civ@us.navy.mil or call 619-587-9928 for further details regarding the proposal submission process.

    Point(s) of Contact
    Rodrigo PerazaContract Specialist
    (619) 587-9928
    rodrigo.peraza.civ@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    Maintenance Laptops
    Dept Of Defense
    The Department of Defense, specifically the Navy's NAVAIR Warfare Center Aircraft Division, is soliciting proposals for the manufacturing and delivery of P-8 Maintenance Laptop Sets under a five-year, Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook models and associated components, with a focus on quality assurance and compliance with export-controlled technical drawings. These laptops are critical for maintaining operational readiness and support for the P-8 aircraft. Interested offerors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil. The contract will be awarded to the lowest-priced, technically acceptable small business offeror, with minimum guaranteed quantities specified in the solicitation.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Dept Of Defense
    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.
    MODULATOR,SONAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Modulator for sonar applications. This contract requires compliance with specific quality assurance standards, including ISO 9001, and entails higher-level inspection and acceptance processes to ensure the reliability and performance of the underwater sound equipment. The Modulator is critical for enhancing sonar capabilities, which are vital for various defense operations. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to review the solicitation for detailed requirements and submission guidelines.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.
    MULTI FUNCTION DSPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Multi Function Display (DSPL). This procurement requires contractors to provide firm-fixed prices for the repair of specified items, adhering to strict guidelines including inspection and acceptance protocols, as well as compliance with Item Unique Identification (IUID) requirements. The goods and services sought are critical for maintaining operational readiness and functionality within the Navy's equipment inventory. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a repair turnaround time of 192 days after asset receipt, and must include detailed pricing and capacity information as outlined in the solicitation.
    RECEIVER, DIGITAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking proposals for the procurement of a digital receiver. This contract involves the manufacture and supply of the digital receiver, which is critical for various military applications, ensuring compliance with specific quality and inspection standards. The procurement emphasizes the importance of item unique identification and valuation, as well as adherence to strict packaging and marking requirements. Interested vendors should contact Joshua Ginsburg at 717-550-3122 or via email at JOSHUA.GINSBURG@DLA.MIL for further details, and they are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online (NECO) system.