FURY Product Sustainment and Engineering
ID: N6893624R0021Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking a contractor for the sustainment and engineering of FURY products, which are critical for electronic warfare training and operational readiness. The procurement involves a Firm Fixed-Price contract under sole source acquisition procedures, focusing on the development, upgrade, and life cycle sustainment of FURY systems to enhance aircrew operational capabilities. The contractor will be responsible for maintaining system configurations, conducting diagnostics, managing cybersecurity protocols, and delivering technical documentation, with significant penalties for non-compliance due to the sensitive nature of the information involved. Interested firms must submit a capability statement referencing solicitation number N6893624R0021 within 15 days of this notice, and can contact Joanna Capazzi or Christopher N. Bigelow for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the sustainment and engineering requirements for the FURY systems at the Naval Air Warfare Center Weapons Division in China Lake, CA. The focus is on enhancing aircrew operational readiness through engineering support, including the development, upgrade, and life cycle sustainment of various FURY products. The work will be executed via an Indefinite Delivery Indefinite Quantity (IDIQ) contract and covers tasks such as research, development, cybersecurity, and technology insertion. Key responsibilities of the Contractor include maintaining system configurations, conducting diagnostics, performing studies on system functionality, and managing cybersecurity protocols. Deliverables include technical data packages, training materials, reports on system issues, and quality assurance audits. The Contractor is also required to coordinate an annual user group meeting to address ongoing issues and future needs for FURY capabilities. Penalties for non-compliance with security protocols are significant due to the sensitive nature of the information involved. The SOW highlights the extensive procedural framework in place for managing both system and personnel security, evidencing the Department of Defense's commitment to safeguarding national security interests while advancing training systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fiscal Year (FY) 2025 Parts Procurement in Support of the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure parts for the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System for Fiscal Year 2025. This procurement will be conducted as a sole source negotiation with Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the GQM-163A, which is critical for weapon system test and evaluation. The anticipated contract award is expected in the fourth quarter of FY 2025, with delivery completion projected approximately 18 months post-award. Interested parties may submit capability statements to Whitney Hyers at whitney.c.hyers.civ@us.navy.mil, but this notice does not constitute a request for competitive proposals.
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    FUZE Engineering Investigation for F-35 Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to conduct an Engineering Investigation (EI) for the testing of FMU-139D/B fuzes, which are critical components for the F-35 aircraft. The objective of this procurement is to generate a post-test report documenting the testing of 20 fuzes owned by Northrop Grumman Corporation, the sole designer and manufacturer of these fuzes, to obtain approval for their use across all F-35 variant platforms. This opportunity is significant as it ensures the continued operational capability and safety of the F-35 fleet. Interested parties may express their interest and capability by contacting Elizabeth Scott or Jennifer Vance via email, although this notice is not a request for competitive proposals and does not guarantee a contract award.
    58--PROGRAMMER, EWSP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part identified as the Programmer, EWSP, under the NSN 7R-5865-014373373. The procurement involves a competitive solicitation for one unit of this electronic countermeasure equipment, with a focus on approved sources such as Northrop Grumman Systems and BAE Systems Info, among others. This equipment is critical for electronic warfare systems, ensuring operational readiness and effectiveness in defense applications. Interested vendors must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for proposals set at 45 days from the publication date, and an anticipated award date of December 23.
    SPY-1 Radar and MK 99 Fire Control System Support Services FY26-29
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting market research to identify potential sources for support services related to the SPY-1 Radar and MK 99 Fire Control System for fiscal years 2026 to 2029. The procurement encompasses a range of engineering services, including equipment evaluation and modifications, integrated logistics support, maintenance, and field engineering services associated with the AEGIS Fire Control System and AN/SPY-1 Transmitter Group configurations. These services are critical for maintaining the operational readiness and effectiveness of naval defense systems. Interested parties are encouraged to submit their capability statements and company information to Amanda Vidal at amanda.n.vidal.civ@us.navy.mil, with a copy to Ashley Krasnoff at ashley.y.krasnoff.civ@us.navy.mil, by the specified deadline, as this sources sought notice is intended for informational and planning purposes only.
    16--FPMU STEPUP GEARBOX, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.
    10--FORWARD ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure four Forward Assemblies (NSN 7R-1095-016106980-FA) from L3 Harris Technologies Inc. This procurement is being conducted on a sole source basis due to the lack of available drawings or data, making L3 Harris the only known source capable of providing the necessary repair support for this part. The anticipated award date for this contract is December 2024, and interested parties are encouraged to submit their capability statements or proposals to Jessica P. Laychock via email at jessica.laychock@navy.mil within 15 days of this notice.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 2
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is conducting market research for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration contract opportunity, identified by notice ID N00024-24-R-5504. This procurement aims to continue the development and integration of electronic countermeasures and related capabilities essential for naval operations. The SEWIP system plays a critical role in enhancing the Navy's electronic warfare capabilities, ensuring effective defense against emerging threats. Interested companies can obtain Government Furnished Information (GFI) and should reach out to the primary contact, Alexander Gosnell, at alexander.b.gosnell.civ@us.navy.mil, or the secondary contact, Akilah Beavers, at akilah.m.beavers.civ@us.navy.mil, for further details as updates will be provided on SAM.gov.
    5999 - This notice serves as a combined pre-solicitation synopsis and solicitation for the Repair of 6 Units of Data Transfer Unit; NSN: 7R 5999 016517373 in support of FMS Australia (F-18).
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of six units of Data Transfer Units, identified by NSN 7R 5999 016517373, in support of Foreign Military Sales to Australia for the F-18 aircraft. The procurement is a combined pre-solicitation synopsis and solicitation, with Mercury being the only approved source for these repairs, as they are the Original Equipment Manufacturer (OEM) and possess the necessary repair capabilities and technical data. Interested parties, including those who are not the OEM, are encouraged to submit capability statements or proposals, but must comply with specific requirements for source approval prior to contract award. Proposals must be submitted to Patrick Kilkenny at Patrick.j.kilkenny2.civ@us.navy.mil within 45 days of the notice publication, and further inquiries can be directed to him at 215-697-2558.
    Tomahawk Capacity Improvement – Legacy Hardware-in-the-Loop (HWIL) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source modification to Delivery Order N0001924F0171 with Raytheon Company for the Tomahawk Capacity Improvement project. This procurement aims to expand the annual production and recertification capacity for the Tactical Tomahawk (TACTOM) Block V All-Up-Round (AUR), which includes systems integration and testing to sustain the Legacy Hardware-in-the-Loop (HWIL) test environments necessary for software development and acceptance testing. The Tomahawk Missile System is critical for the United States Navy and Foreign Military Sales, with Raytheon being the sole manufacturer and holder of the necessary technical data and manufacturing documentation. The anticipated period of performance is 17 months, starting in December 2024, and interested parties can submit capability statements to Alicia Buckner at alicia.s.buckner.civ@us.navy.mil.