AARGM-ER WIA Transmitter SAW Filter Redesign
ID: N00019-24-RFPREQ-WPM242-0196Type: Presolicitation
Overview

Buyer

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

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

GUIDED MISSILE COMPONENTS (1420)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with Northrop Grumman Defense Systems (NGDS) for the redesign of Surface Acoustic Wave (SAW) Filter devices used in the WIA Transmitter of the AARGM-ER missile system. This procurement aims to reengineer, test, integrate, and manufacture replacement SAW Filter devices due to the obsolescence of the existing components, ensuring continued operational capability of the missile system. As the sole designer and manufacturer of the AARGM and AARGM-ER, NGDS possesses the unique technical expertise and resources necessary to fulfill these requirements. Interested parties may express their interest and capabilities to the primary contact, Hayley M. Graham, via email at hayley.m.graham.civ@us.navy.mil, although this notice does not constitute a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    SYNOPSIS, P/N: 001-008702-1001-E1, LSPR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific part, P/N: 001-008702-1001-E1, from Northrop Grumman Systems Corp, the sole source provider. The procurement involves the repair of six units of NSN: 5865LLF02N021, which are critical for electronic countermeasures and related capabilities, and no alternative sources are currently approved to provide this service. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    SOLE SOURCE – EA-18G/P-8A/ALQ-99 ENGINEERING SERVICES AND SUPPLIES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source engineering services and supplies for the EA-18G, P-8A, and ALQ-99 systems. This procurement aims to fulfill specific technical support and engineering requirements essential for the operational readiness and maintenance of these advanced military platforms. The services and supplies are critical for ensuring the effectiveness and reliability of the systems in various defense operations. Interested parties can reach out to Theresa Jones at theresa.a.jones2.civ@us.navy.mil or call 812-381-7164 for further details regarding this opportunity.
    N0038325PR0R874 Pre-Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    Joint Standoff Weapon (JSOW) United States Navy (USN) FY26 Repair of Repairables
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source Delivery Order with Raytheon Company for engineering and technical support related to the repair of twelve Joint Standoff Weapon (JSOW) C-1 Aerial Improvement Program All-Up-Rounds (AURs). The objective of this procurement is to investigate, analyze, study, and resolve technical issues associated with these weapons, which are critical for precision strike capabilities in military operations. As the sole designer and manufacturer of the JSOW, Raytheon possesses the unique knowledge and resources necessary to fulfill this requirement. Interested parties may express their interest and capabilities to the primary contact, Elizabeth Scott, at elizabeth.a.scott84.civ@us.navy.mil, or the secondary contact, Lauren Ivancik, at lauren.m.ivancik.civ@us.navy.mil, although the government will not pay for any responses received.
    N0038325PR0R803 Pre-Solicitation
    Buyer not available
    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.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    99--COVER,GUIDERAIL - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure various replacement parts, including covers and flow sensors, on a sole source basis from General Atomics. The procurement includes specific items such as flow sensors and guardrail covers, with a total quantity of 26 units required, and emphasizes that the government does not possess the necessary data to source these parts from alternative suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for September 2025. For further inquiries, potential vendors can contact Michael J. Dickens via email at Michael.J.Dickens5.CIV@us.navy.mil.
    NGD-9 Compound
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure NGD-9 compound materials from Goodrich Corporation on a sole-source basis. This procurement involves 1,800 lbs of NGD-9 A-side and 882 lbs of NGD-9 B-side liquid polymer, which is a proprietary formulation essential for providing acoustic modification and protection for Navy vehicle surfaces. The contract will be awarded under a firm fixed-price arrangement, utilizing Simplified Acquisition Procedures, with a deadline for interested parties to submit capabilities statements by 12:00 PM on December 9, 2025. Inquiries regarding this opportunity should be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.