MQ-4C Avionics Accessory Sets
ID: N6833524R0175Type: Sources Sought
2 AwardsFeb 28, 2025
$2.5M$2,535,210
AwardeeINTEGRATED CONSULTANTS INC San Diego CA 92103 USA
Award #:N6833525C0238
Overview

Buyer

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

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT (5995)
Timeline
    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
    Similar Opportunities
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    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.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation 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.
    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.
    Notice Of Intent To Award Sole Source - Aviation Devices and Electronic Components L.L.C.
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract to Aviation Devices and Electronic Components L.L.C. for the procurement of the P-8A Aircraft Antenna Gasket on behalf of the United States Naval Air Systems Command (NAVAIR). This specialized gasket, designed for the P-8A Poseidon military aircraft, is a pre-cured, conductive polyurethane foam matrix with an integrated aluminum mesh frame, essential for ensuring critical electrical bonding and compliance with military standards. Interested parties that believe they can meet the requirements must submit their responses, supported by clear evidence of capability, by December 22, 2025, to the primary contact, Antwoine Griggs, at antwoine.griggs@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov. This notice is not a request for quotes or proposals, and the government will not be responsible for any costs incurred by responding to this notice.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Synopsis QTY 1 EA RECEIVER, INFRARED
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of an infrared receiver from Northrop Grumman Systems Corp. The procurement involves the repair of NSN: 5865015916897, P/N: 001-008087-0006, and is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 23, 2025, and closing on January 23, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    Total Small Business Set Aside Brand Name: Tecnova Advanced Systems - Thrusters
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking authorized distributors or resellers to provide Tecnova Advanced Systems Unmanned Underwater Vehicle (UUV) Thrusters under a Total Small Business Set Aside contract. This procurement is essential for maintaining compatibility with existing systems, as the use of alternative thrusters would incur significant costs and delays due to necessary changes in software and integration platforms. The total acquisition value is estimated to be under $350,000, with quotes due by December 15, 2025, at 11:00 a.m. Central Time. Interested parties should contact Terra Roberts at terra.s.roberts.civ@us.navy.mil for further details and ensure compliance with invoicing through Wide Area Workflow (WAWF).
    15--WING ASSEMBLY,AIRCR- AND SIMILAR REPLACEMENT PARTS
    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 39 units of the WING ASSEMBLY, AIRCRAFT, and similar replacement parts. This procurement requires government source approval prior to contract award due to the flight-critical nature of the item, and only previously approved sources will be solicited. The selected supplier must provide detailed technical data and evidence of experience in producing similar items, as the approval process for new sources is lengthy and may not align with government timelines. Interested parties should contact Tara R. Hartung at (215) 697-4295 or via email at TARA.R.HARTUNG.CIV@US.NAVY.MIL for further information, and proposals must be submitted within 45 days of the notice publication.