Triton Ice Protection System TMEDS Removal NRE Modification
ID: N00019-24-RFPREQ-WPM262-0204Type: Presolicitation
AwardedNov 14, 2024
$9.6M$9,631,268
AwardeeNORTHROP GRUMMAN SYSTEMS CORPORATION San Diego CA 92127 USA
Award #:N00019-20-G-0005
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Triton Ice Protection System TMEDS Removal NRE Modification. This modification is being pursued on a sole source basis to Northrop Grumman Systems Corporation (NGSC). The purpose of this modification is to add Triton Ice Protection System Thermo-Mechanical Expulsion Deicing System (TMEDS) Removal NRE to the current Ice Shapes contract. NGSC is the sole designer, developer, manufacturer, integrator, and producer of the MQ-4C Triton air vehicles and ground stations. The contract modification is being pursued under the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1. Interested parties should contact Deirdre Bulger at deirdre.a.bulger.civ@us.navy.mil for more information.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    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.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    99--RECEIVER TRANSMITTE, 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 receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    16--NRP,COOLING INTERF - AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of cooling interface and similar replacement parts. This procurement is critical as the materials will be utilized in shipboard systems that enable the launch and recovery of aircraft, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of aircraft. The solicitation is a sole source spares solicitation, with the proposal submission date extended to 31 October 2025, and all contractual documents will be considered issued upon transmission by the Government. Interested parties can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further details.
    15--PROBE,REFUELING,AIR, 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 refueling probes, identified by part number 74A661344-1003 and NSN 1560-01-511-0294. This sole source requirement necessitates that all repairs, testing, and inspections adhere to strict guidelines outlined in the Statement of Work, with the contractor responsible for all necessary materials and equipment, as the government will not provide these. The successful contractor must ensure compliance with quality management standards and maintain a facility capable of returning the items to a Ready for Issue condition. Interested parties should contact Danielle M. Junod at danielle.m.junod.civ@us.navy.mil for further details and to obtain the necessary source approval documentation.
    PRS RGLTR DEICER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PRS RGLTR DEICER, an essential component in aircraft operations. The procurement requires contractors to provide repair services that meet stringent quality control standards, including compliance with MIL-STD-130 and ISO 9001/SAE AS9100, ensuring that the repaired items are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the operational readiness of naval aircraft, and contractors must adhere to specific turnaround times and quality assurance protocols. Interested parties can contact Meghan Gubicza at 215-697-2782 or via email at MEGHAN.E.GUBICZA.CIV@US.NAVY.MIL for further details and to submit proposals.
    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.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    SYNOPSIS, P/N: 001-008702-1001-E1, LSPR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific part, P/N: 001-008702-1001-E1, from Northrop Grumman Systems Corp, the sole source provider. The procurement involves the repair of six units of NSN: 5865LLF02N021, which are critical for electronic countermeasures and related capabilities, and no alternative sources are currently approved to provide this service. Interested parties may submit capability statements or proposals within 30 days of this 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.
    66--TRANSDUCER,AIR DATA, 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 the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.