MQ-4C Avionics Accessory Sets
ID: N6833524R0175Type: Presolicitation
Overview

Buyer

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

NAICS

Other Communication and Energy Wire Manufacturing (335929)

PSC

CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT (5995)
Timeline
  1. 1
    Posted Dec 26, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 26, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a contract for the procurement of MQ-4C Avionics Accessory Sets, specifically designed for the United States Navy and Royal Australian Air Force MQ-4C Triton Unmanned Air Systems (UAS). The contract will be awarded on a limited competition basis to the Original Equipment Manufacturer (OEM), Integrated Consultants Inc., and its authorized distributor, Northrop Grumman Corporation, for specific accessory sets that are critical for troubleshooting 1553 Data Bus and Ethernet systems on the MQ-4C UAS. These accessory sets are uniquely developed for the MQ-4C Triton UAS, and no alternative sources can fulfill the requirement due to the proprietary nature of the technical data. Interested parties may contact Mark Schnittman at mark.a.schnittman.civ@us.navy.mil for further information, with responses to this presolicitation notice due within 15 calendar days of publication.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
MQ-4C & MQ-25A Rolls Royce Peculiar Support Equipment
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure specific Peculiar Support Equipment (PSE) from Rolls Royce Corporation for the MQ-4C Triton and MQ-25A Reaper Unmanned Air Systems. The contract will involve the acquisition of several specialized items, including various pullers and engine removal covers, which are critical for the operational support of these unmanned systems. Rolls Royce Corporation is the Original Equipment Manufacturer (OEM) for these parts, and the procurement will be conducted on a sole source basis due to the proprietary nature of the data rights associated with the items. Interested parties must submit their responses by April 3, 2025, to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, as the government will not issue a solicitation unless alternate offerors are identified.
INTERROGATOR-TRANSP
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of interrogator-transponder systems. This opportunity involves the acquisition of spare parts, which require government source approval for award, emphasizing the importance of compliance with the NAVSUP WSS source approval process. The goods are critical for maintaining operational capabilities within the Navy's fleet, ensuring that communication and identification systems remain functional and effective. Interested vendors must submit their quotes via email to Owen M. McNamara by the specified due date, and further details regarding the source approval process can be found on the NAVSUP website.
16--RECPT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a commercial item identified by NSN 1R-1680-LLF02D977-P8, with a quantity of one unit required for delivery FOB origin. This procurement involves miscellaneous aircraft accessories and components, which are critical for maintaining operational readiness and support for naval aviation. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability within 45 days of this notice. For further inquiries, potential contractors can contact Natalie A. Kilkenny at (215) 697-3951 or via email at NATALIE.A.KILKENNY.CIV@US.NAVY.MIL.
59--Procurement of 7R Spares used in support of the P-8.
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors to manufacture NSN 016297331, P/N 9003500-10905, NRP, TCAS MCU Computer, for the P-8 Aircraft. The Government does not possess the necessary data for manufacturing the item. All responsible sources may express their interest and provide capability statements in response to this notice.
V-22 TCL/ Cyclic Grip Test Set
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the manufacture, assembly, inspection, and delivery of the V-22 TCL/Cyclic Grip Test Set, part number 4055AS5300-1, in support of various V-22 aircraft models. This procurement is critical for the Intermediate Level (I-Level) Peculiar Support Equipment necessary for the CMV-22, MV-22, CV-22, and Foreign Military Sales (FMS) to Japan, ensuring operational readiness and maintenance capabilities. The contract will be awarded based on technical acceptability, past performance, and lowest price, with delivery terms specified as F.O.B. Destination for domestic and F.O.B. Origin for FMS. Interested vendors should contact Duane Hines at duane.m.hines.civ@us.navy.mil or call 240-577-9089 for further details, and must be registered in the SAM database to be eligible for award. The solicitation will be available on the SAM.gov website, and offerors are required to submit a DD2345 to access associated drawings.
Synopsis for Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) Red-to-Blue (R2B) Built in Test (BIT) Non-Recurring Engineering (NRE) Software Update for Sensor Calibration Data
Buyer not available
The Department of the Navy, through the Naval Air Systems Command (NAVAIR), is seeking to award a modification for Non-Recurring Engineering (NRE) software updates to the AN/AAQ-24 Large Aircraft Infrared Countermeasures (LAIRCM) system. This procurement aims to enhance the system by transferring Integrated Aircraft Survivability Equipment (iASE) Advanced Threat Warfare (ATW) sensor calibration data to support the MAGTF Agile Network Gateway Link (MANGL) family of systems. The contract will be awarded on a sole source basis to Northrop Grumman Systems Corporation (NGSC), as they are the sole developer and producer of the AN/AAQ-24 system, and possess proprietary technical data and manufacturing processes. Interested parties must direct inquiries to Contract Specialist Sarah Willis at sarah.m.willis10.civ@us.navy.mil, with responses due by April 10, 2025.
Joint Service ELECT Combat SYS Tester & TPIH Accessory Set
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure specialized equipment, specifically the Joint Service ELECT Combat Systems Tester and TPIH Accessory Sets, on a non-competitive basis from Textron Systems. This procurement involves five Joint Service ELECT Combat Systems Testers and three TPIH Accessory Sets, designated for the Japan and France E-2D Programs, with specific quantities required by each country. These items are crucial for the maintenance and operational readiness of military aircraft, particularly in the context of Foreign Military Sales to Japan and France. Interested parties are encouraged to submit written responses within fifteen days of this notice, and inquiries can be directed to Desiree Pendleton at desiiree.i.pendleton.civ@us.navy.mil or by phone at 732-323-2155.
1680 - Requirements contract with a five-year ordering period for spares and repairs in support of the FA-18 E-F Super Hornet and EA-18 G Growler MPCDR and UFCD for the USN and Foreign Military Sales.
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for a requirements contract with a five-year ordering period for spares and repairs related to the F/A-18 E-F Super Hornet and EA-18 G Growler aircraft. This contract specifically focuses on the Multipurpose Color Display Replacement (MPCDR) and Up-Front Control Display Replacement (UFCDR) components, which are critical for maintaining operational readiness for both U.S. Navy and Foreign Military Sales customers, including nations such as Australia, Finland, and Kuwait. Contractors will be responsible for adhering to strict quality control measures, managing repairs, and ensuring timely delivery of services and supplies, with an emphasis on compliance with government standards. Interested parties should contact Jose F. Montes at 215-697-2558 or via email at jose.f.montes@navy.mil for further details regarding the solicitation.
AN/USM-737 Electronic Consolidated Automated Support System Full Rate Production 2
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to negotiate a sole source contract with Lockheed Martin Corporation for the Full Rate Production (FRP) 2 of the AN/USM-737 Electronic Consolidated Automated Support System. This procurement includes the fabrication, manufacturing, assembly, integration, production, testing, demonstration, and delivery of increased quantities of eCASS Radio Frequency Mission Equipment Kits, along with associated engineering services to support PMA-260. The AN/USM-737 system is critical for enhancing operational capabilities within the Navy's aircraft maintenance and support framework. Interested parties may submit responses to this notice by April 3, 2025, at 4:00 PM EST, via email to Juan Carlos Belmonte at juancarlos.r.belmonte.civ@us.navy.mil, as this opportunity is not open for competitive proposals.
The Naval Air Warfare Center Aircraft Division Webster Outlying Field (WOLF) Identification Friend or Foe (IFF) Products
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with BAE Systems, Inc. for the procurement of hardware, spares, and incidental services related to Identification Friend or Foe (IFF) products. This procurement includes essential items such as various Digital Interrogators and Common Transponders, which are critical for life cycle engineering and sustainment of military identification systems. The Government plans to issue a five-year Basic Ordering Agreement with BAE Systems, the sole designer and manufacturer of the required equipment, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other sources can fulfill these requirements. Interested parties must submit their responses via email to Truman Harris at truman.b.harris3.civ@us.navy.mil by the specified deadline.