Harpoon Maintenance Support Services
ID: N0018925Q0029Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources to provide maintenance support services for the Harpoon missile system, focusing on Windows Based Test Oriented Disk Systems (TODS) and Missile Subsystem Test Set (MSTS) equipment. The procurement aims to ensure operational reliability through technical documentation updates, on-site engineering, and the provision of an emergency spare parts pool for obsolete systems. This support is critical for maintaining vital military assets and ensuring their safety for use. Interested businesses must submit a capabilities statement by March 26, 2025, to Alexis Gartner at alexis.d.gartner.civ@us.navy.mil, with performance anticipated to commence around April 18, 2025, and extend through a base period of 12 months with four optional extensions until April 17, 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for supporting US Navy (USN) Domestic Weapon Stations and Repair Facilities concerning the maintenance and repair of Windows Based Test Oriented Disk Systems (TODS) and Missile Subsystem Test Set (MSTS) equipment. This support is crucial for the operational reliability of the Harpoon missile system, ensuring that vital military assets are correctly maintained and safe for use. Key components include the provision of technical documentation updates, on-site engineering, and an emergency spare parts pool for obsolete systems. The supplier is responsible for timely personnel deployment, remedial maintenance, equipment safeguarding, as well as the ability to swap out defective equipment. USN commits to granting the supplier access to necessary hardware while also ensuring the security of USN assets during maintenance. Moreover, provisions allow USN to make modifications to the contract to add or delete equipment as needed. This performance statement highlights the federal government's commitment to maintaining military readiness through effective management and support of essential defense technology.
    The document is a Request for Information (RFI) from the United States Fleet Forces Command, seeking qualified sources to provide Environmental Information Management System services. It clarifies that the announcement serves purely informational and planning purposes; no contracts will result from this notice. The main scope includes support for U.S. Navy Domestic Weapon Stations and Repair Facilities focusing on equipment related to technical documentation, consultation, repair, and emergency spares. The performance is anticipated to start around April 18, 2025, with a 12-month base and four options extending to April 17, 2030. Interested businesses are encouraged to submit a capabilities statement that outlines their ability to meet the requirements, company size, potential for contract roles, and feedback on the draft performance work statement (PWS). The anticipated NAICS code is 541330 for Engineering Services, with a focus on maintenance of electrical and electronic equipment. Responses must be submitted by March 26, 2025, to a specified email address, with a strict four-page limit on submissions. This RFI is an essential market research tool for the Navy as it assesses the capacity and interest of potential contractors.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    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.
    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.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) for the MH-60 Multi-Mission Helicopter Program. The procurement aims to address obsolescence issues within the existing AMCM CSTRS Mission Kits by providing sustainment support, system updates, and technical assistance, ensuring compatibility with all US Navy MH-60S AMCM versions. This initiative is critical for maintaining the operational readiness of the AMCM systems, which are vital for mine countermeasure operations. Interested small businesses are encouraged to submit a capabilities statement by email to Monica L. Card at monica.l.card.civ@us.navy.mil, with the anticipated contract award expected in Summer/Fall 2027 and a performance period of five years.
    Depot Level Repair and Maintenance of AN/AQS-24 Sonar System and Related AMCM Systems
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to extend the Period of Performance for an existing contract with Northrop Grumman Systems Corporation for depot level repair and maintenance of the AN/AQS-24 Sonar System and related AMCM systems. This extension will cover a range of services including repair, maintenance, spares, engineering support, alteration, overhaul, production, modification, and upgrades for various sonar detecting sets and related equipment. The AN/AQS-24 system is critical for naval operations, and Northrop Grumman, as the original equipment manufacturer, possesses the proprietary data and expertise necessary to fulfill these requirements without incurring significant risk or cost to the government. The contract extension is anticipated to last an additional 36 months, from March 18, 2027, to March 17, 2030, with inquiries directed to Contracting Officers Charlotte Blue at charlotte.v.blue.civ@us.navy.mil and Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.