Joint Service ELECT Combat SYS Tester & TPIH Accessory Set
ID: N68335-25-RFI-0336Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is seeking information from industry sources regarding the procurement of Joint Service ELECT Combat SYS Testers and TPIH Accessory Sets for the Japan and France E-2D Programs. Specifically, the procurement includes a request for 5 units of P/N: 40469-40001-20 Joint Service ELECT Combat SYS Testers and 3 units of P/N: 38646-40120-10 TPIH Accessory Sets, which are critical for verifying the operational status of aircraft-installed electronic combat systems and diagnosing malfunctions. This opportunity is part of a Foreign Military Sales initiative, with Japan requiring 4 testers and 2 accessory sets, while France requires 1 tester and 1 accessory set. Interested vendors must submit their responses, including company capabilities and relevant experience, to Desiree Pendleton at desiree.i.pendleton.civ@us.navy.mil within five days of the RFI posting, as this is a request for information only and does not constitute a solicitation for a contract.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Services Electronic Combat Systems Tester (JSECST) Multiple NSNs
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is seeking sources for the Joint Services Electronic Combat Systems Tester (JSECST) covering multiple National Stock Numbers (NSNs). This procurement aims to identify qualified vendors capable of providing the necessary equipment and support services essential for electronic combat systems testing, which plays a critical role in ensuring the operational readiness of military systems. Interested parties are encouraged to reach out to the primary contact, Terrence Wideman, at terrence.wideman.2@us.af.mil or by phone at 478-468-6475, or the secondary contact, Benjiman Morris, at benjiman.morris@us.af.mil, for further information regarding this sources sought notice.
    France FMS E-2D Rynglok Fittings Set
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVAIR Warfare Center Aircraft Division, is seeking sources for the procurement of the France FMS E-2D Rynglok Fittings Set. This opportunity falls under the NAICS code 332216, which pertains to Saw Blade and Handtool Manufacturing, and involves the provision of sets, kits, and outfits of hand tools as classified under PSC code 5180. The fittings set is crucial for the maintenance and operational readiness of the E-2D aircraft, highlighting its importance in supporting military operations. Interested vendors should reach out to Matthew VanDeventer at matthew.d.vandeventer.civ@us.navy.mil for further details regarding this sources sought notice.
    AN/USM-737 Electronic Consolidated Automated Support System Full Rate Production 2
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from industry regarding the procurement of Full Rate Production (FRP) for the AN/USM-737 electronic Consolidated Automated Support System (eCASS) and associated hardware and services. The procurement includes eCASS Radio Frequency (RF) Mission Equipment Kits, integrated labor, and engineering services to support PMA-260, highlighting the importance of these systems in enhancing operational capabilities. Interested businesses are encouraged to submit their responses, including company details and capabilities, by 4:00 PM EST on March 19, 2025, to the primary contact, Juan Carlos Belmonte, at juancarlos.r.belmonte.civ@us.navy.mil. This request is for information only and does not constitute a solicitation.
    Land based Air Conditioner
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from industry sources regarding the manufacture of a Land Based Air Conditioner for the Japan Air Self Defense Force (JASDF) E-2D Program. The procurement involves producing one unit of Part Number 197K2000-100 as part of a Foreign Military Sales (FMS) case, with the government currently lacking the technical data necessary for a competitive procurement process. Interested vendors are invited to provide detailed information about their manufacturing capabilities, relevant experience, and compliance with federal standards, with responses due within five days of the RFI posting. For inquiries, interested parties can contact Desiree Pendleton at desiree.i.pendleton.civ@us.navy.mil or by phone at 732-323-2155.
    France E-2D Peculiar Support Equipment
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking procurement for specific support equipment related to the France E-2D aircraft. The opportunity involves the acquisition of various mechanical and assembly tools, including propeller shafts, puller seals, gauges, and wrenches, with most items requiring a total quantity of four, and one item needing five. These components are critical for maintaining operational efficiency and reliability in military operations, emphasizing the importance of precision tooling in defense-related projects. Interested vendors can reach out to Matthew VanDeventer at matthew.d.vandeventer.civ@us.navy.mil for further details regarding this presolicitation opportunity.
    OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
    1680 - FMS Repair of NRP, CONTROL DISPLAY (1 unit)
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair two units of NRP, CONTROL DISPLAY for the country of Japan. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned items to operational condition, specifically for the E-2 aircraft. The government intends to solicit only one source, Northrop Grumman Systems Corporation, due to the lack of available data for repairs; however, all responsible sources may submit capability statements within five days of the notice. Interested parties can contact Liem Phan at 215-697-5722 or via email at liem.m.phan.civ@us.navy.mil for further information.
    F-16 Tester
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of 12 units of the F-16 Tester (NSN: 4920-01-527-2388). This solicitation aims to acquire a Pitot and Static Tester critical for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Interested vendors must demonstrate their capabilities, adhere to specific packaging and safety standards, and submit a comprehensive data package, with a qualification cost estimated at around $2,000 and a completion timeline of approximately 180 days. The due date for offers has been extended to March 21, 2025, and interested parties can contact Travis Bodily at travis.bodily@us.af.mil for further information.
    Hybrid Test Set Modernization Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking proposals for Hybrid Test Set Modernization Kits. The objective of this procurement is to enhance the capabilities of existing test sets used for measuring and testing electrical signals, which are critical for various defense applications. The modernization kits will play a vital role in ensuring the reliability and efficiency of electrical and electronic properties measuring instruments. Interested vendors can reach out to Devin Hader at devin.l.hader.civ@us.navy.mil or call 732-323-2741 for further details regarding this presolicitation opportunity, which is set to take place in Lakehurst, New Jersey.
    Information technology equipment and associated accessories
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from vendors regarding the procurement of various information technology equipment and associated accessories to support its Digital Engineering Division. The request includes a detailed list of required items such as laptops, desktops, tablets, monitors, and related peripherals, with specific brand specifications and performance standards outlined in the attached parts list. This initiative aims to standardize technology acquisitions across government agencies, ensuring compatibility and compliance with federal guidelines. Interested parties are encouraged to submit their responses, including product specifications and pricing information, to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil within five days of the RFI release, with a maximum response length of ten pages.