APX-119 Digital Control Panel (DCP) FOR F-5 AIRCRAFT
ID: N00421DCP1Type: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole source contract to Raytheon Technologies Corporation (RTX) for software modifications to the Digital Control Panel (DCP) used in the F-5 Adversary aircraft. This procurement aims to enhance the existing DCP software, which is critical for the operational capabilities of the Navy's fleet, as RTX is the Original Equipment Manufacturer (OEM) and holds the necessary technical data and intellectual property. The contract is set for a duration of twelve months, from June 19, 2025, to June 18, 2026, with a focus on editing approximately 1,275 Software Lines of Code (SLOCs). Interested parties may submit capability statements to the primary contact, Kristin Nelson, at kristin.nelson@navy.mil, or the secondary contact, Catrina Farrell, at catrina.m.farrell.civ@us.navy.mil, by 11:00 AM EST on March 31, 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    AIM-9X Systems Improvement Program FOIVE Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) contract for the AIM-9X Systems Improvement Program to Raytheon Missiles and Defense, located in Tucson, Arizona. This contract will support ongoing missile improvement activities, including Non-Recurring Engineering (NRE) for hardware development, operational flight software support, and integration of engineering changes, with a performance period of up to five years. The AIM-9X Program is crucial for enhancing the capabilities of the United States Navy and Air Force, as well as various Foreign Military Sales customers. Interested parties should direct inquiries to Megan Ryce at megan.e.ryce.civ@us.navy.mil, with a copy to Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, noting that the procurement is intended to be sole source to Raytheon based on FAR 6.301-1.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    FMS - Multiple Countries; Sole Source to RTX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of specific electronic components related to the Patriot Missile System, under the RFP SPRRA2-25-R-0070. The selected contractor, Raytheon Corporation, is required to submit detailed proposals for parts intended for Taiwan, Poland, and Korea, including comprehensive cost data and documentation by the deadlines of July 14, 2025, and subsequent amendments extending proposal due dates for specific countries. These components, which include various circuit card assemblies and specialized electronic parts, are crucial for the maintenance and enhancement of defense systems, emphasizing the importance of timely and accurate procurement. Interested parties can reach out to Kelsey Brown at kelsey.e.brown@dla.mil for further information regarding this opportunity.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.