69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
ID: N6134016R0012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

PSC

TRAINING AIDS AND DEVICES (69)
Timeline
    Description

    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.

    Point(s) of Contact
    Ricardo Elias 407-380-4101
    Files
    No associated files provided.
    Similar Opportunities
    69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
    69--C-130T Operational Flight Trainer (OFT) Device 2F107 Phase II Technology Refresh
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a competitive award process for a technology refresh of the C-130T 2F107-1 Operational Flight Trainer (OFT) at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Fort Worth, TX. The goal is to address technical obsolescence in the aging system's hardware and software. The Request for Proposal (RFP) will be issued in early May 2018.
    69--CH-53E Containerized Flight Training Device (CFTD) Baseline Configuration Upgrade (BCU)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor to upgrade the baseline configuration of the CH-53E Containerized Flight Training Device (CFTD) located at Marine Corps Air Stations (MCAS) Kaneohe Bay, HI. The upgrade will include the modification and upgrade of the existing device at MCAS Kaneohe Bay and the design, fabrication, installation, and test of a new device at MCAS Futenma, Japan. The upgrade aims to ensure high fidelity flight training and extend the usable life of the training devices. The contractor will replace or upgrade obsolete hardware and software components, including the host computer, Instructor Operator Station (IOS) computers, Program Support Equipment, Visual System, Control Loading System, and Input/Output (I/O) components. The contractor will utilize both Commercial Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) equipment to address obsolescence and supportability issues. The existing CH-53E Aircrew Procedures Trainer (APT) at MCAS Futenma will be replaced by the new device. The final Request for Proposals (RFP) is expected to be released in April 2017.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    MH-60R Saudi Upgrade/Tech Refresh FINAL RFP Notice
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is soliciting proposals for the upgrade and technical refresh of the MH-60R Tactical Operational Flight Trainer (TOFT) for the Royal Saudi Naval Forces (RSNF). The procurement requires contractors to provide comprehensive services, including design, documentation, procurement, integration, testing, and installation of both hardware and software components, with a focus on enhancing training capabilities. This initiative underscores the importance of advanced training systems in military operations, ensuring that personnel are well-prepared for their roles. Interested contractors should reach out to Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil for further details, with a project timeline set for completion within 22 months from contract award.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    69--69--AV-8B H6.2 Operational Flight Program (OFP) Upgrade
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, is seeking a Total Small Business Set-Aside for the procurement of AV-8B H6.2 Operational Flight Program (OFP) Upgrade. This upgrade is intended for the AV-8B aircraft and is used to enhance its operational flight capabilities. Interested subcontractors should contact the Prime Contractors for access to the draft documents and specifications. For more information, please contact Demetrius Walker.
    N00019-25-RFPREQ-TPM265-0190 Interactive Electronic Technical Manuals, Technical Publications & Logistic Support Analysis for F/A-18
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the development of Interactive Electronic Technical Manuals, Technical Publications, and Logistic Support Analysis for the F/A-18 aircraft. This procurement aims to enhance the operational efficiency and maintenance support of the F/A-18 by providing comprehensive technical documentation and analysis. The services are critical for ensuring that the aircraft remains mission-ready and that maintenance personnel have access to accurate and up-to-date information. Interested vendors should contact Kendyl A. Montgomery at kendyl.a.montgomery.civ@us.navy.mil or Ryan Bodine at ryan.k.bodine.civ@us.navy.mil for further details, as this presolicitation is part of the Aircraft Manufacturing industry under NAICS code 336411, with performance expected in Missouri.
    E-2D Hawkeye Integrated Training Systems (HITS)-V [Presolicitation Notice]
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is preparing to solicit proposals for the E-2D Hawkeye Integrated Training Systems (HITS)-V. This procurement aims to enhance training capabilities for the E-2D Hawkeye aircraft, focusing on the development and integration of advanced training systems that meet the operational needs of the Navy. The training aids and systems are critical for ensuring that personnel are adequately prepared to operate and maintain the E-2D Hawkeye, which plays a vital role in naval aviation operations. Interested vendors can reach out to Sarah Landers at sarah.y.landers.civ@us.navy.mil or Jonathan Abbott at jonathan.d.abbott.civ@us.navy.mil for further information, as the presolicitation notice indicates upcoming opportunities in this area.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.