V-22 FLIGHT TEST SUPPORT
ID: N0001926F0002Type: 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, specifically the Naval Air Systems Command, is seeking to negotiate a Delivery Order under Basic Ordering Agreement N0001922G0002 for V-22 flight test support. The contractor will provide essential supplies and services for the ongoing V-22 flight test program, including Research, Development, Test and Evaluation, and Foreign Military Sales testing, primarily at Naval Air Station Patuxent River and Hurlburt Air Force Base. This procurement is critical as it supports the operational capabilities of the V-22 Tiltrotor aircraft, with the contract expected to be awarded in January 2026 for a five-year term, including one base year and four option years. Interested parties may submit capability statements to the primary contact, Karamie L. Platt, at karamie.l.platt.civ@us.navy.mil, within fifteen days of the publication of this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    V-22 FLIGHT TEST SUPPORT
    Currently viewing
    Presolicitation
    Similar Opportunities
    Manufacturing in Support of V-22 Components
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources for the production of hardware, spare and repair parts, and support equipment for Weapon Replaceable Assembly (WRA) components related to the V-22 aircraft. This procurement aims to enhance the affordability and efficiency of components manufactured by British Aerospace Engineering (BAE) Systems Controls Inc., specifically focusing on items such as the Flight Control Computer (FCC) and Cockpit Interface Unit (CIU). The opportunity is critical for maintaining the operational readiness of the V-22 aircraft, which relies on these components for effective performance. Interested parties must submit a Letter of Intent by November 23, 2024, to receive further information and are encouraged to direct inquiries to Erin M. Walker at erin.m.walker12.civ@us.navy.mil or Jeffrey Norris at jeffrey.a.norris.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.
    V-22 Interactive Electronic Technical Manual (IETM)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is planning to issue a Basic Ordering Agreement (BOA) for the development of Supportability Analyses and an Interactive Electronic Technical Manual (IETM) specifically for V-22 Peculiar Support Equipment (PSE) to the Bell Boeing Joint Program Office. This procurement is being pursued on a sole-source basis, indicating that only one responsible source can meet the agency's requirements, as outlined under Title 10, U.S.C. 3204(a)(1) and FAR 6.302-1(a)(2)(iii). Interested parties are invited to submit responses within fifteen days of the notice publication, although this notice is not a request for competitive proposals and does not constitute a solicitation. For further inquiries, interested parties can contact Duane Hines at 240-577-9089 or via email at duane.m.hines.civ@us.navy.mil.
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    SPRPA124R354E Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the Option Period of the Stock CLIN 0003 under the V-22 Bell Boeing COI Contract, specifically for supplies related to military components. This procurement action is limited to one source due to the requirement for Government Source Approval prior to award, necessitating interested suppliers to submit a Source Approval Request (SAR) through a secure DoDSafe link. The items being procured are critical for maintaining operational readiness in military operations, with a performance period spanning from May 11, 2025, to May 10, 2027. Interested parties can reach out to John Collier at john.collier@dla.mil or Kelly Sickel at Kelly.Sickel@DLA.MIL for further information and guidance on the submission process.
    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.
    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.
    16--FPMU STEPUP GEARBOX, 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 FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.
    HOUSING ASSEMBLY / NSN 2995-00-070-1893 / V-22A AIRCRAFT
    Active
    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 Housing Assembly (NSN 2995-00-070-1893) used in the V-22A Aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 152 units over a five-year base period, emphasizing the critical nature of the item while not classifying it as a Critical Safety Item. Interested contractors must be aware that the government does not possess technical data for this part, and any new sources must submit a Source Approval Request (SAR) for consideration. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on October 17, 2024. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
    2840 - FMS Repair of ROTOR, TURBINE, AIRCR (2 units)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two units of ROTOR, TURBINE, AIRCR for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore these government-owned articles 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 readiness of the F-18 Fighter Jet, a vital asset in military operations. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.