N00019-25-RFPREQ-TPM265-0190 Interactive Electronic Technical Manuals, Technical Publications & Logistic Support Analysis for F/A-18
ID: N00019-25-RFPREQ-TPM265-0190PreSolicitationType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Manufacturing (336411)

PSC

BOOKS AND PAMPHLETS (7610)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the development of Interactive Electronic Technical Manuals, Technical Publications, and Logistic Support Analysis for the F/A-18 aircraft. This procurement aims to enhance the operational efficiency and maintenance support of the F/A-18 by providing comprehensive technical documentation and analysis. The services are critical for ensuring that the aircraft remains mission-ready and that maintenance personnel have access to accurate and up-to-date information. Interested vendors should contact Kendyl A. Montgomery at kendyl.a.montgomery.civ@us.navy.mil or Ryan Bodine at ryan.k.bodine.civ@us.navy.mil for further details, as this presolicitation is part of the Aircraft Manufacturing industry under NAICS code 336411, with performance expected in Missouri.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    16--PARTS KIT,LANDING G- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of landing gear components for the F/A-18 E/F/G aircraft. The procurement involves the overhaul and repair of specific part numbers, including NSNs 1620-01-681-5270, 1620-01-681-4900, and 1620-01-681-4894, with a total quantity of 62 units for each part. These components are critical for maintaining the operational readiness and safety of military aircraft, underscoring their importance in defense operations. Interested vendors must submit their quotes via email to Anthony Boselli by the specified deadline, and must also comply with government source approval requirements prior to award. For further details, potential bidders can reach out to the primary contact at 215-697-1360 or via email at ANTHONY.F.BOSELLI2.CIV@US.NAVY.MIL.
    Follow-On Test and Evaluation Support for F/A-18 and EA-18G Aircraft (Operating Periods 23-27)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for follow-on test and evaluation support for the F/A-18 and EA-18G aircraft, covering operating periods 23-27. This procurement aims to ensure the continued operational effectiveness and reliability of these critical military aircraft through comprehensive testing and evaluation services. The selected contractor will play a vital role in supporting the Navy's aviation capabilities, which are essential for national defense. Interested parties should contact Jacob Heintze at jacob.r.heintze.civ@us.navy.mil for further details regarding the solicitation process.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    15--FAIRING,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft fairings under the contract title "15--FAIRING, AIRCRAFT." The procurement involves the supply of airframe structural components, categorized under NAICS code 336413, which is critical for maintaining and enhancing the operational capabilities of naval aircraft. Interested vendors should note that the contract includes various compliance requirements, such as the Buy American Act and equal opportunity provisions, and must adhere to specific quality and warranty standards. For further details, interested parties can contact Taylor M. Weidman via email at TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL.
    5995-01-530-5432; Z9N; AIRCRAFT, FA-18, A-D, E/F, G (GROWLER)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified vendors for the procurement of aircraft components specifically for the FA-18 A-D, E/F, and G (Growler) models. This presolicitation opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 334419, which pertains to Other Electronic Component Manufacturing. The components, categorized under PSC code 5995, are critical for communication equipment and will be performed in Richmond, Virginia. Interested parties should reach out to Patsy Bedford at patsy.bedford@dla.mil or call 804-279-1391 for further details.
    15--FAIRING,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft fairings. This procurement aims to ensure the availability and functionality of critical airframe structural components, which are essential for maintaining operational readiness in naval aviation. The opportunity falls under the NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. Interested vendors can reach out to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    2840 - FMS REPAIR OF QTY 1, EXHAUST FRAME
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of one unit of an exhaust frame for the FA-18 Navy Weapon System intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the government-owned article to operational condition, with the intention to solicit only one source, L3 Technologies Inc., due to the government's inability to provide the necessary data for repairs. Interested parties are encouraged to submit capability statements within five days of the notice, although the government retains discretion over the competitive nature of the contract. For further inquiries, contractors can contact Taylor Kilkenny at 215-697-3606 or via email at taylor.c.kilkenny.civ@us.navy.mil.
    CMV-22 Deficiencies Recompile and Technical Support for Flight Management Function Application Integration
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking technical support for the recompile of deficiencies and integration of the Flight Management Function Application for the CMV-22 aircraft. This procurement aims to enhance the operational capabilities of the CMV-22 by addressing existing deficiencies and ensuring seamless integration of flight management systems. The services are critical for maintaining the reliability and effectiveness of airborne navigation equipment, which plays a vital role in military operations. Interested vendors should contact Mackenzie Buscher at mackenzie.j.buscher.civ@us.navy.mil for further details regarding the presolicitation process.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    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.
    Manual FMS Repair of NIIN 015875601
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manual repair of NIIN 015875601, which pertains to specific aircraft parts and auxiliary equipment. This procurement is aimed at ensuring the operational readiness and maintenance of critical aircraft components, highlighting the importance of reliable and efficient repair services in military operations. Interested contractors must acknowledge any amendments to the solicitation, including the incorporation of additional SubCLINs related to the RPC Pump (Mission System), by the specified deadline to avoid rejection of their offers. For further inquiries, contractors can contact Jessica Harpel at Jessica.l.harpel2.civ@us.navy.mil.