Request for Information (RFI) for Supplies and Services to support Tomahawk Cruise Missile Program
ID: N00019-24-RFPREQ-WPM280-0119Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is issuing a Request for Information (RFI) regarding supplies and services to support the Tomahawk Cruise Missile Program. The primary objective is to redesign the Tomahawk Obsolescence Redesign (THOR) Guidance Electronics Unit (GEU-R), specifically the Guidance Electronics Unit (GEU) Version 3 (V3), to ensure a comprehensive and cost-effective solution that aligns with the production and recertification schedule. This initiative is critical for maintaining the operational capabilities of the Tomahawk missile system, with the anticipated period of performance spanning from fiscal year 2025 to 2029. Interested parties may submit capability statements for consideration, and for further inquiries, they can contact Lauren Britt at lauren.e.britt4.civ@us.navy.mil or Jacob Leitch at jacob.t.leitch.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    1356-01-533-5206 TH04 Igniter Torpedo Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the TH04 Igniter Torpedo Assembly. This opportunity involves the supply of explosive components, and bidders must be prepared to comply with safety regulations, including a required Safety Survey, as detailed in the solicitation. The igniter assembly is critical for torpedo operations, underscoring its importance in naval defense capabilities. Interested parties can obtain further information by contacting Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil, as paper copies of the solicitation will not be provided.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    1356-01-294-6889 TH01 Igniter, MK288 MOD 1
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting bids for the procurement of the TH01 Igniter, MK288 MOD 1, an explosive component critical for military applications. This opportunity requires compliance with specific technical data requirements and testing samples, including First Article Test Samples and periodic test samples, as outlined in the recent amendment to the solicitation. The igniter is essential for torpedoes and other explosive devices, underscoring its importance in defense operations. Interested vendors should note that paper copies of the solicitation will not be provided, and they can contact Alison Maine at 717-605-6447 or via email at alison.maine@navy.mil for further details. The effective date for the updated solicitation is September 12, 2024.
    13--THRUSTER,CARTRIDGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 16 units of the THRUSTER, CARTRIDGE (NSN 1R-1377-011569797-GF, REF NR 2715200-4). This procurement is critical as the item is flight critical, and the Government requires source approval prior to contract award, limiting competition to previously approved sources only. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, as offers lacking this information will not be considered. Proposals must be submitted within 45 days of the notice, and interested parties can contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further information.
    Request for Information: SUU-72 Pylon Upper Panel Replacement Including Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Nuclear Weapons Center, is seeking industry input for the refurbishment of Suspension Underwing Units (SUU-72) and Pylon Load Adaptors (PLAs) as part of a Request for Information (RFI). The project aims to provide a comprehensive solution that includes corrosion mitigation, replacement of upper panels with a new aluminum alloy, and the construction of new PLA walkways, ensuring that all refurbished hardware meets a minimum 30-year service life and is flightworthy by December 2028. This initiative is critical for maintaining the operational capabilities of the Long Range Standoff (LRSO) Cruise Missile on the B-52 weapon system. Interested parties must submit a capabilities statement by October 30, 2024, and may direct inquiries to Alyssa Hurst at alyssa.hurst@us.af.mil or Randy Hoffman at randy.hoffman.3@us.af.mil.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The U.S. Defense Logistics Agency (DLA) is sole-sourcing a federal contract to Raytheon Company, the original equipment manufacturer (OEM), for critical components in support of the Patriot Missile System. The contract aims to add seven new National Stock Numbers (NSNs) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract. The scope of work for Raytheon involves supplying the DLA with the specified electronic components and assemblies, including crystal oscillators, circuit card assemblies, and receiver-transmitter subassemblies. These components are crucial for military communications and electronics systems. Raytheon must ensure strict adherence to quality standards and pricing requirements as outlined in the Enclosure 1 document. The DLA seeks to extend and expand its current Alpha V Contract with Raytheon, which is set to expire in September 2025, in order to meet ongoing and future demands for these essential parts. The file titled "Enclosure 1 Identification of Requirements (IOR).xlsx" provides a comprehensive list of NSNs, National Item Identification Numbers (NIIN), and part numbers, along with corresponding descriptions and quantity specifications. The selection criteria for awarding the contract appear to center around pricing and the ability to meet the required quantities, with the government prioritizing stable supply chain management. The contract is expected to cover procurements targeted for 2024 and 2025. Any questions regarding this opportunity should be directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    58--RECEIVER-TRANSMITTE
    Active
    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 Receiver-Transmitter units, identified by NSN 7RH 5841 016691341 and P/N 300A380-4. The requirement includes a total quantity of 15 units, with a specific emphasis on compliance with various quality and delivery standards, including a desired delivery timeframe of 90 days or less. These units are critical for radar equipment used in airborne applications, underscoring their importance in defense operations. Interested vendors must submit their proposals via email to Dana Scott at dana.l.scott14.civ@us.navy.mil by September 19, 2024, and must adhere to the source approval process outlined in the NAVSUP WSS Source Approval Brochure.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is seeking contractors for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed-price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    Mercury Data Transfer Unit (DTU) Obsolete Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to negotiate a delivery order for Mercury Data Transfer Unit (DTU) obsolete parts on a sole-source basis with Mercury Mission Systems. This procurement is essential as Mercury is the only source that possesses the complete engineering and technical data required for the DTUs, which are critical components for the V-22 Joint Program Office. Interested parties may submit capability statements within fifteen days of the publication of this notice, although the government intends to proceed without competition based on the unique qualifications of Mercury Mission Systems. For further inquiries, interested parties can contact Erin M. Walker or Jeffrey Norris via their provided email addresses.