N0016426SNB07 – SOURCES SOUGHT – MK-82 DIRECTOR LONG LIFE GYROSCOPE
ID: N0016426SNB07Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

AUTOMATIC PILOT MECHANISMS AND AIRBORNE GYRO COMPONENTS (6615)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is conducting a Sources Sought announcement for the procurement of the MK-82 Director Long Life Gyroscope, also known as the Peanut Gyroscope. This initiative aims to gather information regarding the repair and manufacture of this critical component, which is essential for various navigation and guidance systems. The government intends to award a sole-source contract to U.S. Dynamics, but is seeking input from other capable firms to assess market interest and capabilities. Interested parties should submit their responses, including company details and capabilities, to Aunaka Wasil at aunaka.l.wasil.civ@us.navy.mil by the specified deadline, with no formal solicitation currently planned.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    SOLE SOURCE - New Manufacture and Overhaul of MK-99 Subassembly Electrical Contract Ring P/N 2907651
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contract for the new manufacture and overhaul of the MK-99 Subassembly Electrical Contract Ring, part number 2907651. This procurement is focused on maintaining and repairing ship and marine equipment, which is critical for the operational readiness of naval vessels. The justification for this sole source contract indicates the specialized nature of the required components and services. Interested parties can reach out to Logan Wagler at logan.d.wagler.civ@us.navy.mil or by phone at 812-854-1061 for further details regarding this opportunity.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    PERISCOPE SUBASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    GAGE,DEPTH,VERNIER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the procurement of a GAGE, DEPTH, VERNIER, which is a critical component of the AN/SPG-62A SSE AEGIS radar system. This fixed-price contract will involve the inspection and acceptance of supplies, ensuring compliance with specified quality standards and military specifications. The GAGE, DEPTH, VERNIER is essential for precise measurements in defense applications, underscoring its importance in maintaining operational readiness. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    31--BEARING,BALL,ANNULA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources for the procurement of ball bearings (NSN 3H-3110-010548437-NT) as part of a presolicitation notice. The requirement includes a quantity of six units, with delivery terms set to FOB Origin, and necessitates engineering source approval to ensure the quality of the parts, which must be acquired from approved sources due to the unique design capabilities and technical data rights held by these sources. These ball bearings are critical components used in various military applications, and the government emphasizes that any alternate sources must undergo qualification procedures approved by the relevant government engineering activity. Interested parties can reach out to Vince Molesky at (717) 605-3353 or via email at VINCENT.MOLESKY@NAVY.MIL for further information regarding qualification requirements and the procurement process.
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repairs for the Control Indicator, A (P/N: 71902-21000-041, NSN: 7R 1680 015289926) on a sole source basis from Sikorsky. The procurement involves the repair of four units, and due to the lack of available drawings or data, the government intends to negotiate exclusively with Sikorsky, as they are the only responsible source capable of fulfilling the requirements. This procurement is critical for maintaining operational readiness and support for the associated aircraft systems. Interested parties may submit their capability statements or proposals within 35 days of this notice to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil, as the solicitation will be conducted electronically and no hard copies will be distributed.