Crypto Modernization 2 (CM2) Design Plan and Integration for RT-2036(C)/ARC-210 Radio
ID: N00421-25-RFPREQ-TPM209-0110Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a Delivery Order under Basic Ordering Agreement (BOA) N0042121G0005 with Collins Aerospace for the development of a Crypto Modernization 2 (CM2) Design Plan and integration of capabilities for the RT-2036(C)/ARC-210 radio system. The primary objective is to create an Engineering Design approach plan and perform tasks to integrate CM2 and Positive Access Control (PAC) capabilities into the Gen6 Operational Flight Program and Crypto Sub-Systems software, with options to enhance existing systems and develop new electronic protection capabilities. This procurement is being pursued on a sole-source basis due to the unique nature of the required systems, which are deemed commercial products, and the absence of competitive alternatives. Interested parties may express their interest and capabilities by contacting Amy Parker at amy.a.parker.civ@us.navy.mil by October 23, 2024, at 2:00 PM Eastern Time, although this notice does not constitute a request for proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    JEDI Lab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to negotiate and award a Delivery Order to Rockwell Collins, Inc. for the provision of 973F-5 Test Fixtures in support of the USAF JEDI Lab Program Office. This acquisition is being pursued on a sole-source basis due to the unique nature of the AN/ARC-210(V) electronic protection radio systems and associated support equipment, which are deemed commercial products, and for which Rockwell Collins will not provide the necessary technical data for competitive procurement. Interested parties may express their interest and capability by responding to this notice, with all inquiries directed to Mackenzie Buscher via email by October 31, 2024, at 2:00 PM Eastern Time. This notice is not a request for proposals, and the government will not fund the development of alternative sources.
    LN-251 Interim Solution
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.
    58--RECEIVER,COUNTERMEA, 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 10 units of the Receiver, Countermeasure (Part Number: 2680377G002) under a presolicitation notice. This procurement is intended to fulfill a specific requirement for electronic countermeasures, which play a critical role in military operations by enhancing the effectiveness of defense systems against threats. The government plans to solicit and negotiate with only one source, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication. For further inquiries, interested vendors can contact Autumn M. Rau at (717) 697-4313 or via email at AUTUMN.M.RAU2.CIV@US.NAVY.MIL.
    Request for Information - Open Architecture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) regarding an Open Architecture Cryptographic Solution. This RFI aims to gather insights from industry to support the development of a modular, high-assurance cryptographic capability that aligns with the Modular Open Systems Approach (MOSA) and Sensor Open System Architecture (SOSA) principles, addressing modernization needs within the Cryptologic Modernization Branch. The initiative is crucial for enhancing the Department of Defense's cryptographic capabilities across various operational domains, ensuring interoperability and agility in future architectures. Interested parties are encouraged to submit their responses electronically to aflcmc.cryptologic.transformation@us.af.mil by close of business on October 28, 2024, with the subject line “Open Architecture Cryptographic Solution.”
    Sources Sought/Notice of Proposed Contract Action - KSV-270 Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking to procure the KSV-270 Classified Data at Rest Single-Channel Inline Media Encryptor units from General Dynamics Mission Systems on a sole source basis. This procurement is critical for ensuring secure communications and data protection within military operations, as these units are designed to encrypt sensitive information. Interested vendors must submit a written qualification package detailing their capabilities and relevant experience to the contracting officer, Quinella M. Purks, by 4:00 PM CST within 30 calendar days of this notice, with the intention to award the contract by December 2025. For further inquiries, potential offerors may contact Quinella M. Purks at quinella.purks.1@us.af.mil or Janeyra Salgado at janeyra.salgado@us.af.mil.
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    58--DECODER-RECEIVER, 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 20 units of the Decoder-Receiver, part number 762-007631-7, under a presolicitation notice. This procurement is intended for the repair and modification of the specified item, which is critical for various military communication systems. The government plans to solicit and negotiate with only one source, as permitted under FAR 6.302-1, and will consider all proposals received within 45 days of the notice publication. Interested parties should direct their inquiries to Eric M. Tarkett at (215) 697-4313 or via email at ERIC.TARKETT@NAVY.MIL.
    Request for Solutions: Command and Control (C2) for Collaborative Combat Aircraft
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is preparing to issue a Request for Solutions (RFS) focused on Command and Control (C2) for Collaborative Combat Aircraft. This initiative aims to integrate existing autonomous air vehicle platforms with advanced communication prototypes to facilitate secure tactical communications and networked data capabilities among similarly configured platforms. The project is critical for enhancing defense-related activities and experimental development in aircraft manufacturing, with the RFS expected to be released on or around October 18, 2024. Interested vendors must be members of the Expeditionary Missions Consortium - Crane (EMC2) and can find membership information at emccrane.org. For further inquiries, contact Amber Lyons-Wright at amber.r.lyons-wright.civ@us.navy.mil or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil.
    Sources Sought for Northrop Grumman Systems Corporation Basic Ordering Agreement (BOA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to establish a sole source Basic Ordering Agreement (BOA) with Northrop Grumman Systems Corporation for the procurement of supplies and services supporting various United States Navy (USN) and Foreign Military Sales (FMS) programs. The procurement encompasses a wide range of naval aviation platforms, including but not limited to the C-2, E-2, V-22, and various unmanned aerial systems, highlighting the critical role these components play in national defense and military operations. Interested parties may submit capability statements to express their interest, although the government intends to negotiate exclusively with Northrop Grumman due to their unique qualifications and expertise. For further inquiries, interested vendors can contact Ashley Corazza or Evan Riedell via email, with the BOA expected to be available for issuing orders over a five-year period.
    59--CPLD COMPLEX PROGRA
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 606 units of a CPLD Complex Program spare part, specifically NSN 0Q-5962-017231839-P8, from Marotta, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source this part from alternative suppliers, making Marotta the sole source for repair support. Interested parties are encouraged to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for December 2024. For further inquiries, contact Michael J. Brown at (215) 697-3765 or via email at MICHAEL.J.BROWN43@NAVY.MIL.