Joint Standoff Weapon (JSOW)/Harpoon Block II+ (HII+) TacNet 1.0 Series Weapon Datalink Reconfiguration and Repairs for the U.S. Navy (USN)
ID: N00019_24-RFPREQ-WPM201-0048Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILE COMPONENTS (1420)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to award a Firm-Fixed-Price delivery order for the reconfiguration and repairs of up to 150 TacNet 1.0 Series Weapon Datalink systems, with the contract anticipated to be awarded in the first quarter of calendar year 2025. The procurement will involve engineering support, program management, support equipment, and integrated logistics support services, and is being pursued on a sole source basis with Collins Aerospace, the only known qualified source capable of fulfilling these requirements. This initiative is critical for maintaining the operational readiness and effectiveness of the U.S. Navy's precision strike capabilities. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Joanna Roland or Lindsey Boka via the provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Repair of Data Concentrator
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    FMS REPAIR - QTY 1 - NIIN 016571362
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific item, the CONTROL, RADIO SET TRANSFER, with NIIN 016571362, on a sole source basis from Rockwell Collins. The procurement involves a total quantity of one unit and is classified under miscellaneous communication equipment, highlighting its critical role in military operations. Interested parties are invited to submit capability statements or proposals within five days of the notice publication, with the solicitation expected to be issued on December 18, 2025, and responses due by January 19, 2026. For further inquiries, potential bidders can contact Danielle DiCiacco at danielle.diciacco.civ@us.navy.mil or by phone at (215) 697-5970.
    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.
    Rockwell Collins 3 year LTC ARC-182
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for a three-year Long-Term Contract (LTC) for the Rockwell Collins ARC-182 system. The procurement involves the acquisition of two units of the National Stock Number (NSN) 017180801, with a Technical Data Package (TDP) version 001, and delivery is required on a Free on Board (FOB) basis. The ARC-182 system is critical for various military aircraft operations, providing essential communication capabilities. Interested vendors should reach out to Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil for further details regarding the solicitation process.
    99--RECEIVER TRANSMITTE, 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 repair and modification of receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    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 modification of the Receiver Transmitter, identified by NIIN 016298083. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current one, necessitating Government Source Approval prior to award. The items are critical for military operations, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil or by phone at 215-697-1202.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    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 modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.