Fiscal Year (FY) 2025 Parts Procurement in Support of the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System
ID: N00019-25-RFPREQ-WPM208-0023Type: Presolicitation
Overview

Buyer

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

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILE COMPONENTS (1420)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure parts for the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System for Fiscal Year 2025. This procurement will be conducted as a sole source negotiation with Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the GQM-163A, which is critical for weapon system test and evaluation. The anticipated contract award is expected in the fourth quarter of FY 2025, with delivery completion projected approximately 18 months post-award. Interested parties may submit capability statements to Whitney Hyers at whitney.c.hyers.civ@us.navy.mil, but this notice does not constitute a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    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.
    Tomahawk Capacity Improvement – Legacy Hardware-in-the-Loop (HWIL) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source modification to Delivery Order N0001924F0171 with Raytheon Company for the Tomahawk Capacity Improvement project. This procurement aims to expand the annual production and recertification capacity for the Tactical Tomahawk (TACTOM) Block V All-Up-Round (AUR), which includes systems integration and testing to sustain the Legacy Hardware-in-the-Loop (HWIL) test environments necessary for software development and acceptance testing. The Tomahawk Missile System is critical for the United States Navy and Foreign Military Sales, with Raytheon being the sole manufacturer and holder of the necessary technical data and manufacturing documentation. The anticipated period of performance is 17 months, starting in December 2024, and interested parties can submit capability statements to Alicia Buckner at alicia.s.buckner.civ@us.navy.mil.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    LN-251 Interim Solution
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two Antenna Assemblies, specifically NSN 7R-5985-015874766-P8, from Northrop Grumman Systems Corp, the sole source for this item. The procurement is critical as these assemblies are essential for military operations, and no alternative sources are available due to the lack of drawings or data needed for manufacturing. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on November 11, 2024, and responses due by December 13, 2024. For further inquiries, contact Jason J. Sklencar at Jason.Sklencar@navy.mil or by phone at (215) 697-4179.
    16--BOGEY ASSEMBLY, AF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of the Bogey Assembly, specifically NSN 7RH 1680 016447177, with a quantity of five units. This procurement is critical as the item is a miscellaneous aircraft accessory and component, essential for maintaining operational readiness within the Navy's fleet. The solicitation is expected to be issued on July 11, 2024, with proposals due by August 11, 2024, and the anticipated award date is November 2024. Interested parties should submit their capabilities and qualifications via email to Michael J. Dickens at Michael.J.Dickens1@navy.mil, as no hard copies will be distributed and no telephone requests will be honored.
    59--ANTENNA ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole-source repair of an Antenna Assembly, specifically NSN 7R-5985-015874766-P8, from Northrop Grumman Systems Corp. The procurement involves the repair of one unit, with no available drawings or data for alternative sourcing, as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part. This procurement is critical for maintaining operational capabilities, and interested parties must submit their capabilities and qualifications to the primary contact, Jason J. Sklencar, via email by the specified deadlines, with the solicitation expected to be issued on October 14, 2024, and proposals due by November 14, 2024.
    FURY PRODUCT SUSTAINMENT AND ENGINEERING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking a contractor for the sustainment and engineering of FURY products, which are critical for electronic warfare training and operational readiness. The procurement involves a Firm Fixed-Price contract under sole source acquisition procedures, focusing on the development, upgrade, and life cycle sustainment of FURY systems to enhance aircrew operational capabilities. The contractor will be responsible for maintaining system configurations, conducting diagnostics, managing cybersecurity protocols, and delivering technical documentation, with significant penalties for non-compliance due to the sensitive nature of the information involved. Interested firms must submit a capability statement referencing solicitation number N6893624R0021 within 15 days of this notice, and can contact Joanna Capazzi or Christopher N. Bigelow for further details.
    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.