ASE B Kits and LBDR
ID: N00019-24-RFPREQ-TPM265-0933Type: Sources Sought
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

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    The U.S. Naval Air Systems Command (NAVAIR) plans to award a sole-source contract to Northrop Grumman Systems Corporation for essential components of the EA-18G Airborne Electronic Attack System. The procurement seeks to obtain Firm Fixed Price contracts for System Enhancements B-Kits and Low Band Dedicated Receivers, which are crucial for the US Navy's operations. These specialized aircraft components are integral to the Navy's mission and carry significant importance for national defense.

    The contract, worth an estimated total of $49 million, includes production, engineering, and technical support, with funding already obligated. Interested parties should contact Kathleen La or Maria Gomez for more information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    ASE B Kits and LBDR
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    1680 - Requirements contract with a five-year ordering period for spares and repairs in support of the FA-18 E-F Super Hornet and EA-18 G Growler MPCDR and UFCD for the USN and Foreign Military Sales.
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors for a requirements contract with a five-year ordering period for spares and repairs related to the F/A-18 E-F Super Hornet and EA-18 G Growler aircraft. This procurement aims to support the U.S. Navy and Foreign Military Sales customers, including nations such as Australia, Finland, and Kuwait, by providing necessary labor, materials, and facilities to manufacture, repair, and modify specified items. The contract will be awarded to ElbitAmerica, Inc. as the sole source due to the critical nature of the items, which require Government source approval prior to contract award. Interested parties should contact Jose F. Montes at 215-697-2558 or via email at jose.f.montes@navy.mil for further details and to submit their capability statements.
    E-2 Advanced Hawkeye PSE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to solicit a firm-fixed price contract on a sole source basis with Northrop Grumman Defense Systems Sector for the procurement of Peculiar Support Equipment (PSE) in support of the E-2D Advanced Hawkeye program. The required items include various specialized tools and equipment such as landing gear trunnions, compressors, and network analyzers, which are critical for the maintenance and operational readiness of the E-2D aircraft. This procurement is essential for ensuring the effective functioning of the E-2D Advanced Hawkeye, a vital asset for naval surveillance and reconnaissance missions. Interested parties may submit responses within fifteen days of the notice publication, and inquiries can be directed to Melanie Simon at melanie.k.simon.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
    F/A-18 and EA-18G Fire Suppression Control Alarm Upgrades
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is planning to award a sole source contract to KIDDE Technologies Inc. for the retrofit kits and upgrades of existing fire protection and safety systems for Fire Suppression Control Alarms (FSCAs) used in F/A-18 and EA-18G aircraft. The procurement involves upgrading the FSCAs from the Dash-3 configuration to the Dash-04 configuration, which includes modifications to the Circuit Card Assembly and the installation of new software, all to be completed within a three-year period. This upgrade is critical for maintaining the operational safety and effectiveness of the aircraft, as KIDDE is the original equipment manufacturer with the necessary expertise and data to fulfill the requirements. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Lyndsay Krebs, at lyndsay.b.krebs.civ@us.navy.mil, within 15 days of this announcement to demonstrate their ability to meet the government's needs.
    N0038324-Y-0754 NORDAM BOA ADD ON
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to add to the Basic Ordering Agreement (BOA) N00383-24-G-BM01 for the repair of specific aircraft components from The Nordam Group LLC. This procurement involves the repair and replacement of various aircraft parts, with a total projected repair requirement amounting to $12,377,572 over a five-year period, emphasizing the critical need for maintenance of aviation assets to ensure safety and reliability. The contract, valued at approximately $14,206,468, is justified as a sole source due to Nordam's unique capabilities and technical data necessary for repairs classified as Critical Safety Items. Interested parties can contact Albert J. Russo III at (215) 697-2974 or via email at ALBERT.RUSSO@NAVY.MIL for further details.
    58--PROGRAMMER, EWSP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part identified as the Programmer, EWSP, under the NSN 7R-5865-014373373. The procurement involves a competitive solicitation for one unit of this electronic countermeasure equipment, with a focus on approved sources such as Northrop Grumman Systems and BAE Systems Info, among others. This equipment is critical for electronic warfare systems, ensuring operational readiness and effectiveness in defense applications. Interested vendors must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for proposals set at 45 days from the publication date, and an anticipated award date of December 23.
    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.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a Basic Ordering Agreement (BOA) under solicitation number N00383-24-Q-0038. This procurement focuses on the repair and modification of government property, particularly the repairable assemblies within the F-18 system, which are critical for maintaining operational readiness and efficiency. The selected contractor will be responsible for adhering to strict quality standards, managing labor and materials, and ensuring compliance with military packaging and shipment regulations over a five-year period. Interested parties can reach out to Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details regarding the submission process and requirements.
    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 proposals for the repair and modification of electronic countermeasure receivers, identified by NSN 7R-5865-017059130-P8. The procurement involves a quantity of three units, which are critical for flight operations, necessitating government source approval prior to contract award due to the technical data's inadequacy for full and open competition. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to submit the required data will result in disqualification from the award process. For further inquiries, interested parties can contact Sarah E. Crompton at (215) 697-5809 or via email at SARAH.CROMPTON@NAVY.MIL.
    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.