Intent to Award a Sole Source Contract
ID: FA248625RB003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEAIR FORCE TEST CENTER

NAICS

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

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center, intends to award a sole-source contract to Northrop Grumman Corporation for the acquisition of F-35 Communication, Navigation, and Identification (CNI) 3A and 3B racks. This procurement aims to upgrade existing CNI systems at Eglin Air Force Base, Florida, by replacing current racks with new modules capable of running multiple waveforms, thereby enhancing operational capabilities. The components required for this upgrade, including power supplies and transceivers, are exclusively available from Northrop Grumman, the original equipment manufacturer, underscoring the critical nature of this acquisition for national defense. Interested parties must submit responses by May 22, 2025, with the anticipated award date set for on or before August 29, 2025; no reimbursement will be provided for responses to this notice.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for upgrading the Communication, Navigation, and Identification (CNI) systems at Eglin Air Force Base, Florida, in support of the Block 4 initiative by the 46th Test Squadron. The primary goal is to replace existing CNI racks in the Datalinks Test Lab with new modules that can run multiple waveforms simultaneously, specifically MADL, Link-16, and VFM. Key contractor responsibilities include furnishing, assembling, and integrating components into the racks, performing functional acceptance testing, and assisting with installation and operational checks after delivery. The government will provide certain materials, including five CNI processors, while the contractor is expected to deliver configuration documentation and personnel familiarization training upon completion. Shipping instructions detail where to send the completed racks. The document emphasizes collaboration between the contractor and 46TS personnel to ensure seamless integration and functionality of new systems, underscoring the ongoing modernization efforts in military operations.
    The document outlines the Justification and Approval (J&A) process for awarding contracts through Other Than Full and Open Competition within a federal context. It emphasizes the necessity of justifying non-competitive contracting due to the unique qualifications of certain contractors or the nature of the acquisition. Key points include the requirement for market research to assess competition, the need for agents to solicit offers extensively, and ensuring that anticipated costs to the government are fair and reasonable. The document also highlights efforts to overcome barriers to competition and to encourage a wider range of sources expressing interest in future acquisitions. Additional components include certifications by the Contracting Officer and technical personnel related to the procurement process. Overall, the J&A serves as a critical tool to ensure that non-competitive actions are documented and justified, promoting transparency and accountability in federal contracting activities.
    The United States Air Force Test Center (AFTC) intends to issue a sole-source contract to Northrop Grumman Corporation for the acquisition of components necessary for upgrades to the F-35 Communication, Navigation, and Identification (CNI) systems, specifically for 3A and 3B racks. The notice confirms that this is not a solicitation or request for proposals, and no reimbursement will be provided for responses. The items required include various modules such as power supplies, pre-selectors, transceivers, and processors, all critical for advancing the F-35 upgrades. The decision for a sole-source contract is supported by the authority under FAR 6.302-1, as the necessary parts are exclusively available from Northrop Grumman, the original equipment manufacturer (OEM). The anticipated award date is on or before August 29, 2025, and interested parties must submit responses by May 22, 2025. This NOCA serves as a preliminary step to assess potential tradeoffs and options, although it does not obligate the government to proceed with procurement. The emphasis is on ensuring the compatibility and effectiveness of upgrades in fulfilling national defense requirements, particularly for ongoing F-35 enhancements.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.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.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    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.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    Notice Of Intent To Award Sole Source - Aviation Devices and Electronic Components L.L.C.
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract to Aviation Devices and Electronic Components L.L.C. for the procurement of the P-8A Aircraft Antenna Gasket on behalf of the United States Naval Air Systems Command (NAVAIR). This specialized gasket, designed for the P-8A Poseidon military aircraft, is a pre-cured, conductive polyurethane foam matrix with an integrated aluminum mesh frame, essential for ensuring critical electrical bonding and compliance with military standards. Interested parties that believe they can meet the requirements must submit their responses, supported by clear evidence of capability, by December 22, 2025, to the primary contact, Antwoine Griggs, at antwoine.griggs@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov. This notice is not a request for quotes or proposals, and the government will not be responsible for any costs incurred by responding to this notice.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.