H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
ID: N68335-25-RFI-0268Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    SOLE SOURCE – EVALUATION AND REPAIR OF INTEGRATED MICROWAVE ASSEMBLIES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the sole source evaluation and repair of Integrated Microwave Assemblies (IMA) specific to the Airborne Electronic Attack Systems EA-18G FST Program. The procurement involves a firm-fixed-price contract for the evaluation and potential repair of 18 IMAs, with the unique nature of the items necessitating a sole source supplier, CAES Systems LLC. This contract is critical for maintaining the operational readiness and effectiveness of advanced military systems, ensuring compliance with U.S. export controls and government property regulations. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.
    TACAN-154 R/T, Position Indicator, and Radio Control
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement and repair of the TACAN-154 R/T, Position Indicator, and Radio Control systems, which are critical for the operation of UH-60 Blackhawk helicopters. The procurement aims to acquire parts and repair services for the Tactical Air Navigation System (TACAN)-154, which provides essential data regarding distance and bearing to ground or ship-borne stations. This initiative is vital for maintaining the operational readiness of Army aviation assets, with the current supplier being L3 Harris. Interested parties must submit their responses by November 1, 2024, to the primary contact, Mark Colangelo, at mark.w.colangelo.ctr@army.mil, or the secondary contact, Keith J. Hoskins, at keith.j.hoskins2.civ@army.mil, as this is a sources sought announcement for market research purposes only.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    SOLE SOURCE -MAINTENACE AND REPAIR OF OVERHEAD CRANE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance and repair services for an overhead crane, with a sole source procurement intended for T&M Equipment Company, the original equipment manufacturer. This contract aims to ensure the reliable operation of the government-owned crane runway, which is critical for various naval operations. Interested vendors are invited to submit capability statements, although the contract is primarily directed towards T&M Equipment Company due to their unique qualifications. Proposals must be submitted via email by 2:00 PM Eastern Time on October 29, 2024, with the anticipated delivery timeframe for services set between October 31, 2024, and December 16, 2024. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
    TWTA Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Carderock office, has issued a Combined Synopsis/Solicitation notice for TWTA Repair. TWTA stands for Traveling Wave Tube Amplifier, and this service is typically used to rebuild and upgrade these amplifiers. The Naval Surface Warfare Center, Carderock Division (NSWCCD) intends to award a firm fixed price contract on a Sole Source basis to the Original Equipment Manufacturer for the repair of three TWTA. The place of performance for this contract is Bethesda, MD, with the zip code 20817, in the United States. For more information, the primary contact for this procurement is Arnel Ngo, who can be reached at arnel.a.ngo.civ@us.navy.mil or 7574696784.
    58--COMPACT TERMINAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure two units of the Compact Terminal (NSN 7H-5895-LLH0C1954) under a presolicitation notice. The procurement is set aside for small businesses, and the selected contractor must comply with specific quality assurance standards, including MIL-I-45208A, as verified by a joint DCMA/NAVSUP WSS survey team. This equipment is critical for the USS Roosevelt (DDG 80) and is not available from other sources due to the government's lack of ownership of the necessary data for repair or alternative sourcing. Interested parties should contact Alexander Bonner at (717) 605-6458 or via email at ALEXANDER.BONNER@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
    SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and calibration of a Single Density Advantest Verigy 93000, specifically with serial number DE39700883. The contract aims to ensure the maintenance of critical electronic and precision equipment, which is vital for the operational readiness of naval systems. The contract is set to cover services from January 1 to December 31, 2025, with proposals due by October 29, 2024, at 4:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements to Christina Staggs at christina.l.staggs.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    59--ELECTRONIC COMPONEN, 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 26 units of an electronic component identified by NSN 7H-5998-012394130, which requires repair or modification. The procurement is limited to a single source due to the government's lack of ownership of the necessary data for alternative sourcing, making it uneconomical to reverse engineer the part. This component is critical for maintaining operational capabilities within the Navy's electronic systems. Interested parties should contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
    US Coast Guard MH-60T Modular System Test Set
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is conducting market research for a portable, rugged, and compact Modular System Test Set for the MH-60T helicopter. This test set is required to verify the operational status of aircraft systems and isolate faults during Class D and Class C-level maintenance, replacing obsolete test sets and ensuring the validation of critical engine and fuel indication parameters. The test set must be man-portable, capable of operating in the field, and modular for future upgrades, with specific functionalities including resistance checks and oxidation removal for de-ice systems. Interested vendors should submit their capabilities statements and relevant company information to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, as no solicitation currently exists and responses will inform future procurement actions.