MB-2 & B-7 Retrofit Material Kit & Installs
ID: N00019-26-RFPREQ-WPM262-0426 Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    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.
    14--COMPUTER GROUP,GUID, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    Universal Throttle System (UTS), Part Number 4265AS9032-1
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure additional quantities of the Universal Throttle System (UTS), Part Number 4265AS9032-1, to support the Common Engine Test Set (CETS) and provide necessary spares. This procurement is crucial for the United States Navy's engine testing operations for JETI engines, with the UTS expected to be fielded in Fiscal Year 2026 and the Initial Operational Capability scheduled for March 2025. PCI Aviation, LLC is currently the sole manufacturer of the UTS units and has successfully completed first article testing, making them the only source capable of meeting the government's timeline. Interested firms may express their interest and capability to respond to this requirement, but this notice does not constitute a request for competitive proposals; responses will be considered solely for determining the necessity of competitive procurement. For further inquiries, contact Gianna Gatto at GIANNA.V.GATTO.CIV@US.NAVY.MIL or call 732-323-1270.
    16--NRP,FWD AIRSTAIR AS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of the FWD Airstair for the P8 aircraft. This procurement requires that the repairs be conducted by Original Equipment Manufacturers (OEM), aircraft primes, or suppliers providing FAA-certified parts, ensuring compliance with stringent aviation safety standards. The contract will be awarded based on a competitive evaluation of price, responsiveness to technical requirements, and past performance, with quotes due by 4:30 PM EST on the specified closing date. Interested vendors should direct inquiries and submit quotes to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    SYNOPSIS N0038325PR0R741
    Buyer not available
    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.
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    Competitive Basic Ordering Agreements (BOAs) for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking to establish Competitive Basic Ordering Agreements (BOAs) for contractor-owned, contractor-operated Unmanned Aircraft System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. The procurement aims to provide UAS ISR capabilities to support multiple combatant commands, requiring contractors to supply trained personnel, non-developmental UAS equipment, and operational support for around-the-clock ISR missions. These services are critical for domestic and coalition military operations, addressing urgent operational needs and fleet requirements. Interested parties can reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.