V-22 Osprey Aircraft Loads and Dynamics Model Technical Data
ID: N00019-24-RFPREQ-APM275-0561Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

AIRCRAFT, FIXED WING (1510)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Fee delivery order to the Bell Boeing Joint Program Office for the provision of V-22 Aircraft Loads and Dynamics Models and related technical data. This procurement is essential to support the Production Line Shutdown (PLS) of the V-22 aircraft, which is critical for maintaining operational readiness and ensuring the integrity of the aircraft's design and performance. The contract will be awarded on a sole source basis, as Bell Boeing is the only responsible source with the necessary expertise and access to the required technical data. Interested parties may submit their capability statements within fifteen days of this notice, and for subcontracting opportunities, they can contact Jennifer Mckeon or Melissa Holland via the provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    V-22 Proprotor Gearbox (PRGB) Input Quill/Clutch Redesign Additional NRE Requirements
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to an existing delivery order for the redesign of the V-22 Proprotor Gearbox (PRGB) Input Quill/Clutch, specifically to include additional Non-Recurring Engineering (NRE) requirements. This procurement aims to enhance the engineering change proposal efforts for the MV-22, CV-22, and CMV-22 Osprey aircraft, focusing on qualification testing and addressing corrosion and stress-related requirements. The contract will be awarded on a sole source basis to the Bell Boeing Joint Project Office, the only entity with the necessary expertise and technical data to fulfill these requirements. Interested parties may submit their capability statements to the primary contact, Sarah J. Springer, at sarah.j.springer7.civ@us.navy.mil, within fifteen days of the notice publication, although this is not a request for competitive proposals.
    N0038324Y9516
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole source contract with SIMMONDS PRECISION PRODUCTS for a Basic Ordering Agreement (BOA) concerning aircraft electronic components specifically for the V22 aircraft. The procurement focuses on an interface unit and a processor, which are critical components for the aircraft, and the government lacks the necessary data or drawings to source these parts from alternative suppliers. This contract, which will span five years, is governed by the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302, indicating that only one responsible source can fulfill the requirements, and interested parties must submit their capabilities within 15 days, with proposals accepted up to 45 days. For further inquiries, interested parties can contact Amanda Sweeney at 215-697-2198 or via email at AMANDA.SWEENEY@NAVY.MIL.
    16--END CAP ASSY,UPPER,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Upper End Cap Assembly for the V-22 aircraft, specifically under the NSN 7R-1680-015138989-V2. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for a quantity of six units, with delivery terms set to FOB Origin. This component is critical for maintaining the operational readiness of the V-22 aircraft, and the government does not possess the necessary data to source this part from alternative suppliers. Interested parties must submit their capabilities and qualifications to Jessica Grzywna via email by February 20, 2025, with the anticipated award date set for March 7, 2025. The solicitation is expected to be issued on January 21, 2025, and will be conducted electronically through NECO.
    15--BRACE ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 11 units of the Brace Assembly, identified by NSN 7R-1560-015332440-QE and part number 74A430800-2021, on a sole source basis from The Boeing Company. This procurement is critical as the Brace Assembly is an airframe structural component essential for the maintenance and repair of military aircraft, and The Boeing Company is the Original Equipment Manufacturer (OEM) with exclusive rights to the necessary data for this part. Interested vendors are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for August 2025; inquiries can be directed to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil.
    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.
    15--BEAM,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft beam components under the title "15--BEAM, AIRCRAFT." This requirement is categorized as a Foreign Military Sales (FMS) spares requirement and is designated as a sole source procurement, meaning it is intended for a specific supplier under the terms of Basic Ordering Agreement N00383-20-G-X901. The goods sought are critical for maintaining airframe structural integrity, which is essential for operational readiness and safety. Interested vendors should direct inquiries to Megan N. McGinley at 215-697-6625 or via email at megan.n.mcginley.civ@us.navy.mil for further details regarding the solicitation process.
    16--BALLSCREW ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure five units of the BALLSCREW ASSEMBLY, identified by NSN 7R-1680-016047407-V2, from the sole source, TRIUMPH GEAR SYSTEMS INC. This procurement is critical as the BALLSCREW ASSEMBLY is a specialized component necessary for various aircraft systems, and the government does not possess the data or rights to source this item from alternative suppliers. Interested parties have 15 days to express their capabilities to the contracting officer, with proposals accepted until 45 days after the notice, and the anticipated award date is set for April 2025. For further inquiries, interested vendors may contact Elise M. Anzini at elise.anzini@navy.mil or by phone at (215) 697-3967.
    Follow-On Test and Evaluation Support for F/A-18 and EA-18G Aircraft (Operating Periods 23-27)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to issue a cost-plus-fixed-fee, sole-source, indefinite delivery indefinite quantity (IDIQ) contract to The Boeing Company for Follow-On Test and Evaluation (FOT&E) support for the F/A-18 and EA-18G aircraft over a five-year period. This contract will require Boeing to assist in the integration of new and upgraded weapon systems, provide flight clearance updates for the United States Navy, and implement various product improvements and enhancements. The Boeing Company, as the original designer and manufacturer of these aircraft, possesses the unique expertise and data necessary for effective aeromechanical flight test efforts and analysis. Interested parties can direct inquiries to Jacob Heintze at jacob.r.heintze.civ@us.navy.mil, with questions due by February 15, 2025, at 1400 EST.
    16--MAIN MODULE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the "16--MAIN MODULE." This is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier. The items sought are critical components related to helicopter rotor blades, drive mechanisms, and components, which play a vital role in military aviation operations. Interested vendors must ensure they are an approved source and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online. For further inquiries, potential bidders can contact Danielle Cutrera at 215-697-6566 or via email at danielle.cutrera@navy.mil.
    16--MODULE,B-UP BRK CON, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure four units of the MODULE, B-UP BRK CON, under a sole source contract with PALL AEROPOWER CORP. The procurement involves National Stock Number (NSN) 7R-1680-015710114-V2, and the items are critical for the repair and modification of miscellaneous aircraft accessories and components. As the Original Equipment Manufacturer (OEM), PALL AEROPOWER CORP is the only known source capable of providing the necessary repair support, and no drawings or data are available for alternative sourcing. Interested parties must submit their capability statements to the primary contact, Grace Y. McGinley, via email at grace.v.mcginley.civ@us.navy.mil, within 45 days of the notice publication, with the anticipated award date set for March 2025.