MH-60R Digital Magnetic Anomaly Detection (DMAD) Program Trouble Report (PTR) Corrections in Software Configuration 28 (SC28)
ID: N00019-24-RFPREQ-APM299-0575Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT, ROTARY WING (1520)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Cost Plus Fixed Fee Delivery Order to Lockheed Martin Rotary and Mission Systems for the correction of Program Trouble Reports (PTRs) related to the Digital Magnetic Anomaly Detection (DMAD) system in System Configuration 28 (SC28). This procurement aims to address non-recurring tasks including program management, systems and software engineering, integration and testing, as well as logistics support necessary for both the United States Navy and Royal Australian Navy aircraft. The contract is crucial for ensuring the operational effectiveness of the DMAD system, which plays a significant role in maritime operations. The planned period of performance for this effort is from June 2025 through June 2029, and interested parties may submit capability statements to the primary contact, Sydney Guy, at sydney.m.guy.civ@us.navy.mil, by the close of the synopsis for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    10--MERGER UNIT ASSEMBL, 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 Merger Unit Assembly, specifically NSN 7R-1005-015991145-ZR, from Meggitt Defense Systems Inc. This procurement involves a quantity of 29 units and is being conducted on a sole source basis, as Meggitt Defense Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for these repair services. The contract is expected to last for one year, with an anticipated award date of November 26, 2024, and interested parties must submit their capability statements to the primary contact, Dillon R. Ketterman, via email by October 26, 2024, to be considered for this opportunity.
    TB-37A Multi-Function Towed Arrays (MFTA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a presolicitation for the production of TB-37A Multi-Function Towed Arrays (MFTAs) and associated equipment. The procurement includes up to seventy MFTAs, one hundred-fifty Array Interface Units, eighty-five Tow Cables, seventy Electro-Optical Slip Rings, seventy Drogues, and various spare materials, along with engineering support totaling up to 75,000 hours. This equipment is critical for underwater sound detection and navigation, and the contract will be awarded without full and open competition to Lockheed Martin Corporation, the only qualified source, with a base year and four option years planned starting in FY25. Interested subcontractors should reach out to Lockheed Martin directly, and for further inquiries, contact Justin Rose at justin.p.rose6.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
    16--MMR,AIRCRAFT,MATERI, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of the MMR Aircraft Materiel under a presolicitation notice. The procurement involves a specific National Stock Number (NSN 7R-1680-015817904-E7) and is intended to be negotiated with only one source, as per FAR 6.302-1, indicating a unique requirement for these aircraft accessories. These components are critical for maintaining operational readiness and functionality of naval aircraft. Interested parties are encouraged to express their interest and capability to respond to this requirement, with proposals being accepted within 45 days of the notice publication. For further inquiries, interested vendors can contact Tara B. Kupperstein at (215) 697-3608 or via email at TARA.B.KUPPERSTEIN.CIV@US.NAVY.MIL.
    F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue one or more orders to Lockheed Martin Aeronautics Company for the F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface. The procurement requires a modular system capable of directly injecting synthetic EO/IR imagery into systems under test for various fixed-wing and rotary-wing platforms. This acquisition is critical for the F-35 "Lightning II" program, as Lockheed Martin is the sole designer and integrator of the aircraft, possessing the unique expertise and proprietary documentation necessary to meet the government's requirements. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and there is no commitment from the government to issue a solicitation or award a contract.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOD,HPOI RDU B1 system. This procurement aims to ensure the operational readiness of critical electronic countermeasures and related systems, which are vital for national defense and military operations. The solicitation has been extended to October 11, 2024, and emphasizes the need for a Repair Turnaround Time (RTAT) that meets or exceeds government requirements, with all freight handled by the Navy. Interested contractors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL for further details and to submit their proposals.
    9999 - FMS Repair of TRMC Mission Computer (2 units)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors for the repair of two TRMC Mission Computers for the Czech Republic. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned items to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational capabilities of military systems, and the government intends to solicit only one source under FAR 6.302-1, with a determination not to compete based on responses solely at the government's discretion. Interested parties must submit capability statements within five days of the notice and ensure they are approved sources, with additional information available from the NAVSUP-WSS Source Approval Information Brochure. For inquiries, contact Peter Kobryn at 215-697-3972 or via email at peter.kobryn@navy.mil.
    59--RADOME
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a RADOME, a critical component used in various military applications. The procurement requires adherence to specific quality assurance standards and documentation, including compliance with military specifications and standards, as well as government source inspection. This contract is vital for ensuring the operational readiness of naval systems, with a firm-fixed price structure and a delivery timeline of 274 days after receipt of order. Interested vendors must submit their offers by 4:30 PM Eastern Time on October 21, 2024, and can direct inquiries to Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.