KEYED BAMS AIRBORNE RECORDER (K-BAR) SYSTEM COMPONENTS
ID: N0016425Q0639Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure components for the Keyed BAMS Airborne Recorder (K-BAR) system, specifically targeting a sole source contract with Curtiss-Wright Controls Electronic Systems Inc. The procurement includes various essential components such as processor assemblies, I/O blade assemblies, power supplies, and multiple gasket panels, which are integral to the existing systems already in use by the Navy. This solicitation, identified as N00164-25-Q-0639, is part of the government's ongoing efforts to maintain and enhance its airborne navigation capabilities, with a closing date for submissions set for May 22, 2025, at 12:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements and must ensure they are registered in the System for Award Management (SAM) to participate in this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides information on a solicitation for commercial products and services specifically for Women-Owned Small Businesses (WOSBs). It outlines essential details such as the requisition number, contract number, solicitation number, and effective dates relevant to the bidding process. It indicates that responses are required by a specified due date and provides a contact for further inquiries. The solicitation includes various terms including payment methods and delivery requirements. Specific codes designate whether the solicitation is a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), along with a schedule for supplies or services. The document also stresses that contractors must sign, formally agreeing to the terms outlined, and presents a rating order under the Defense Priorities and Allocations System (DPAS). Furthermore, it notes the requirement for offerors to complete specified blocks, indicating economic and ownership status. This solicitation reflects the government's commitment to promoting participation among WOSBs in federal contracts, ensuring access to procurement opportunities while adhering to the regulatory framework set forth by federal acquisition rules.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    Evaluation and repair of Gear Boxes
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the evaluation and repair of specific gearboxes, identified by part number BA22763-200 and serial numbers 0034, 0172, and 0174. This sole source procurement is aimed at ensuring the operational readiness of critical aircraft components, with the contractor required to provide labor, materials, and transportation to perform these services at NSWC Crane in Indiana. The contract includes multiple option years for additional evaluations and repairs, emphasizing the importance of maintaining high-quality standards in military equipment. Interested vendors must submit their capability statements by December 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Trista Ray at trista.m.ray.civ@us.navy.mil.
    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.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    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 30 units of a processor, designated as NSN 7R-5895-016817735-QF, which is critical for flight operations. This procurement is a sole-source requirement directed to The Boeing Company, necessitating engineering source approval to ensure the quality and reliability of the part, as it involves unique design capabilities and technical data that are not readily available to the Government. Interested parties must submit their proposals along with the necessary source approval documentation within 45 days of this presolicitation notice, with all inquiries directed to Mackenzie Cannataro at (215) 697-0288 or via email at mackenzie.cannataro.civ@us.navy.mil.
    Commercial Hardware
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial hardware items. This procurement aims to streamline the acquisition of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) to support various naval operations. The BPAs will facilitate efficient procurement processes, allowing for as-needed acquisitions while ensuring compliance with federal regulations. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, 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 circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    N0038325PR0R803 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for the repair of Rockwell Collins Avionics Circuit Card Assemblies, identified by National Stock Number (NSN) 7R5998013294492, with a total quantity of four units. The procurement will be negotiated solely with Rockwell Collins under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, emphasizing the critical nature of these electronic components for military operations. Interested firms must submit a Source Approval Request (SAR) if they are not Rockwell Collins, although the procurement timeline will not be delayed for SAR approvals. Electronic solicitations are expected to be issued around December 17, 2025, with a closing date of January 16, 2026. For further inquiries, interested parties can contact Gina Sassane at gina.p.sassane.civ@us.navy.mil or by phone at 771-229-2677.
    COMMS BAR BASE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    Miscellaneous Aircraft Accessories
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for miscellaneous aircraft accessories and components. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPA will facilitate efficient procurement processes, allowing for multiple awards to small businesses, with individual orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.