RAST Test Equipment
ID: N6833525R0419Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to enter into a sole-source firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Canadian Commercial Corporation (CCC) for the production of RAST Sweep-Up Spares. The procurement is aimed at acquiring specialized test equipment, with the CCC subcontracting the entire work to Curtiss-Wright Indal Technologies, Inc., the Original Equipment Manufacturer (OEM) responsible for the design and development of the spares. This equipment is critical for aircraft landing operations, and the government encourages responsible sources to submit information that may influence the decision on whether to open the procurement to competition. Responses must be submitted within 15 days of the notice publication, and interested parties can contact Joshua D. Swindell at joshua.d.swindell.civ@us.navy.mil or by phone at 240-587-2822 for further details.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    RAST Test Equipment
    Currently viewing
    Presolicitation
    Similar Opportunities
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    RR-203/AL Chaff 5 Year IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the RR-203/AL Chaff 5 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement involves the supply of electronic countermeasures and related equipment, with specific requirements including First Article Testing (FAT), Lot Acceptance Testing (LAT), and Contractor Data Requirements Lists (CDRLs), all of which are to be delivered under FOB Destination and Origin terms. The goods are critical for military operations, enhancing the capabilities of defense systems against electronic threats. Interested vendors are encouraged to submit their offers, as the solicitation will be available no earlier than the response date for this presolicitation notice. For further inquiries, Brent Wagner can be contacted at brent.wagner2.civ@us.navy.mil or by phone at 771-229-0599.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) 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 that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. 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 this notice is not a request for proposals.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.
    66--INDICATOR,POSITION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure a sole source spare part identified as the Indicator, Position (NSN 1H-6695-013833646) from Curtiss-Wright Electro-Mechanical Corp. This procurement is critical for supporting the Sub Engineering Systems weapon system, and the government intends to solicit and negotiate with the original equipment manufacturer, as they are the only known source for this part. Interested parties are encouraged to submit capability statements within 15 days of this notice, with the solicitation expected to be issued on January 31, 2025, and proposals due by February 29, 2026. For further inquiries, interested organizations may contact Taylor Weidman at taylor.m.weidman2.civ@us.navy.mil.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    WING STATION CONTRO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of Wing Station Control components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with the expectation of a contract award following the established timelines and requirements detailed in the solicitation.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.