V-22 Interactive Electronic Technical Manual (IETM)
ID: N6833524R0164Type: Presolicitation
Overview

Buyer

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

NAICS

Book Publishers (513130)

PSC

BOOKS AND PAMPHLETS (7610)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to issue a Basic Ordering Agreement (BOA) for the development of Supportability Analyses and an Interactive Electronic Technical Manual (IETM) specifically for V-22 Peculiar Support Equipment (PSE) to the Bell Boeing Joint Program Office. This procurement is being pursued on a sole-source basis, indicating that only one responsible source can meet the agency's requirements, as outlined under Title 10, U.S.C. 3204(a)(1) and FAR 6.302-1(a)(2)(iii). Interested parties are invited to submit responses within fifteen days of the notice publication, although this notice is not a request for competitive proposals and does not constitute a solicitation. For further inquiries, interested parties can contact Duane Hines at 240-577-9089 or via email at duane.m.hines.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FMS E-2D Peculiar Support Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure fourteen (14) various Peculiar Support Equipment (PSE) to support the Foreign Military Sales (FMS) program for Japan's E-2D aircraft. This procurement will be conducted on a sole source basis with Boeing Distribution Inc., as the Government has determined that only one responsible source can meet the requirements under FAR 6.302-1. The equipment is critical for the maintenance and operational readiness of the E-2D aircraft, which plays a vital role in Japan's defense capabilities. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.
    Sources Sought for Northrop Grumman Systems Corporation Basic Ordering Agreement (BOA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to establish a sole source Basic Ordering Agreement (BOA) with Northrop Grumman Systems Corporation for the procurement of supplies and services supporting various United States Navy (USN) and Foreign Military Sales (FMS) programs. The procurement encompasses a wide range of naval aviation platforms, including but not limited to the C-2, E-2, V-22, and various unmanned aerial systems, highlighting the critical role these components play in national defense and military operations. Interested parties may submit capability statements to express their interest, although the government intends to negotiate exclusively with Northrop Grumman due to their unique qualifications and expertise. For further inquiries, interested vendors can contact Ashley Corazza or Evan Riedell via email, with the BOA expected to be available for issuing orders over a five-year period.
    E-2 Advanced Hawkeye PSE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to solicit a firm-fixed price contract on a sole source basis with Northrop Grumman Defense Systems Sector for the procurement of Peculiar Support Equipment (PSE) in support of the E-2D Advanced Hawkeye program. The required items include various specialized tools and equipment such as landing gear trunnions, compressors, and network analyzers, which are critical for the maintenance and operational readiness of the E-2D aircraft. This procurement is essential for ensuring the effective functioning of the E-2D Advanced Hawkeye, a vital asset for naval surveillance and reconnaissance missions. Interested parties may submit responses within fifteen days of the notice publication, and inquiries can be directed to Melanie Simon at melanie.k.simon.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
    SOLE SOURCE – EVALUATION AND REPAIR OF INTEGRATED MICROWAVE ASSEMBLIES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the sole source evaluation and repair of Integrated Microwave Assemblies (IMA) specific to the Airborne Electronic Attack Systems EA-18G FST Program. The procurement involves a firm-fixed-price contract for the evaluation and potential repair of 18 IMAs, with the unique nature of the items necessitating a sole source supplier, CAES Systems LLC. This contract is critical for maintaining the operational readiness and effectiveness of advanced military systems, ensuring compliance with U.S. export controls and government property regulations. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.
    SPRPA124R354E Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the Option Period of the Stock CLIN 0003 under the V-22 Bell Boeing COI Contract, specifically for supplies related to military components. This procurement action is limited to one source due to the requirement for Government Source Approval prior to award, necessitating interested suppliers to submit a Source Approval Request (SAR) through a secure DoDSafe link. The items being procured are critical for maintaining operational readiness in military operations, with a performance period spanning from May 11, 2025, to May 10, 2027. Interested parties can reach out to John Collier at john.collier@dla.mil or Kelly Sickel at Kelly.Sickel@DLA.MIL for further information and guidance on the submission process.
    61--PANEL,POWER DISTRIB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source item identified as a "PANEL, POWER DISTRIB" with part number 06550-00804-105. The procurement involves a quantity of one unit, and the government intends to negotiate exclusively with Sikorsky, as they are the only responsible source capable of fulfilling the requirement due to the lack of available drawings or data for alternative suppliers. This item is critical for electrical control equipment applications, and the procurement will be conducted under the existing Basic Ordering Agreement (BOA) N0038320GX901. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, and all inquiries should be directed to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL.
    15--DOOR,ACCESS,AIRCRAF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to procure 25 units of the NSN 1R-1560-016219009-QE, part number 74A463875-1001, which is an access door for the F18 E/F Fighter Aircraft. The procurement requires contractors to provide labor, materials, and facilities necessary for the delivery of these items, with the contract intended to be awarded to The Boeing Company under the authority of FAR 6.302-1, indicating a sole-source procurement. This opportunity is critical for maintaining the operational readiness of the F18 E/F Fighter Aircraft, and interested parties must submit capability statements within 15 days of the notice publication to be considered. For further inquiries, contractors can contact Vlad Maksimchuk at (215) 697-3533 or via email at vladimir.maksimchuk@navy.mil.
    H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Active
    Dept Of Defense
    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.
    NIIN: 011061905/ RFQ: N00383-25-Q-R023
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to contract with Rotair Industries Inc. for the repair of a specific military part (NSN 7R1560011061905, P/N 70652-02620-046). As the Original Equipment Manufacturer (OEM), Rotair Industries is the sole source identified for this service due to the lack of available data or drawings from other manufacturers. This procurement is critical for maintaining the operational readiness of military aircraft, and while the contract is set to be awarded in November 2024, interested firms are encouraged to submit capability statements for consideration in the competitive procurement process. For inquiries, interested parties can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.