MQ-9A Towbar, P/N: 01-1308-0011
ID: N6833525Q0158Type: Solicitation
Overview

Buyer

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

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals for the procurement of a Towbar (Part Number 01-1308-0011) specifically designed for the MQ-9A Reaper Unmanned Aircraft System. This procurement involves a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a guaranteed minimum of two units and a maximum of twelve units, emphasizing the importance of this equipment for ground operations of the unmanned aircraft. The solicitation is set aside for small businesses and requires compliance with the Buy American Act, along with detailed quality assurance and inspection standards. Interested parties must submit their proposals by 3:00 PM EDT on March 26, 2025, and can direct inquiries to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a federal solicitation concerning a contract for the procurement of specific equipment, specifically a towbar for the MQ-9A Reaper Unmanned Aircraft Systems, from the manufacturer Tronair, Inc. or its authorized distributors. Amendment 0001 introduces new language and updates to several clauses as mandated by class deviation CD 2025-O0003. The contract is intended as a five-year Indefinite Delivery/Indefinite Quantity (IDIQ), with a guaranteed minimum order of two units and a maximum of twelve, outlining specific ordering timelines for each year. Additionally, it notes that there are no available drawings for the requested towbar and clarifies the compliance with the Buy American Act. The document includes the necessary contact information and instructions on acknowledging the amendment and submitting offers. Overall, it represents the government's formal communication intended to ensure potential contractors are aware of changes and can respond appropriately within designated timelines.
    The document is a Request for Quotations (RFQ) issued by the Naval Air Warfare Center for the procurement of Towbars for the MQ-9A Reaper Unmanned Aircraft Systems. This solicitation is designated as a Brand Name, Small Business Set-Aside involving part number 01-1308-0011 from Tronair Inc. The anticipated contract will be a Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with a five-year term, detailing a minimum order of two units and a maximum of twelve units throughout the contract's duration. The RFQ outlines delivery timelines, compliance with the Buy American Act, and expectations for government inspections, quality assurance, and item unique identification (UID) as per military standards. The document emphasizes the necessity for proper packaging, marking, and transportation of the Towbars, highlighting regulatory compliance and establishing the inspection and acceptance processes. Additionally, communication protocols specify that all inquiries should be directed to the procurement point of contact via provided email and phone details. This RFQ reflects the government's approach to sourcing critical aviation support equipment while ensuring adherence to federal acquisition regulations and fostering small business participation.
    This document is an amendment to a federal solicitation/contract, identified as Amendment 0002, concerning an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The amendment aims to clarify that the contract is set for a five-year duration, correcting previous language. It reaffirms that all other terms and conditions of the initial solicitation remain unchanged. The amendment specifies that maximum quantities for each Contract Line Item Number (CLIN) represent the Government's estimates for anticipated orders over the contract term, not restricted to annual periods, thus allowing flexibility in ordering across the full five years. Notifications and acknowledgments regarding this amendment must be submitted as per stipulated methods before the designated deadline to avoid offer rejection. Issued by the Naval Air Warfare Center Aircraft Division, the amendment retains contact information for the contracting officer in charge, ensuring that stakeholders can directly address any inquiries related to the changes. This modification highlights the Government's administrative oversight in procurement processes, maintaining compliance and clarity in contractual obligations.
    The document is a Request for Quotations (RFQ) by the Naval Air Warfare Center Aircraft Division for the procurement of Towbars (P/N 01-1308-0011) to support the MQ-9A Reaper Unmanned Aircraft Systems. The solicitation is structured as a Brand Name, Small Business Set-Aside, emphasizing compliance with the Buy American Act. It outlines a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum order of two units and a maximum of twelve units distributed over five years. Each year specifies a defined quantity to be delivered within 120 days of order placement. The RFQ includes a Statement of Work detailing the Towbar's specifications, including its capability to tow an MQ-9 aircraft with a maximum gross weight of 12,500 lbs, and its integration with Navy tug vehicles. Additional requirements include quality assurance and item unique identification (IUID) marking. There are provisions for government inspection, acceptance, and specific packaging and transportation regulations. The document highlights a focus on adherence to military standards and efficient procurement processes, aligning with federal contracting protocols while ensuring contractor transparency and compliance.
    The document is an amendment to a solicitation under the contract ID N68335-25-Q-0158 for the procurement of Towbar, MQ-9 used in the maintenance of the MQ-9A Reaper Unmanned Air Systems. The amendment modifies the submission deadline for offers from March 19, 2025, to March 26, 2025, and clarifies delivery terms, allowing for alternate delivery schedules. Offerors must complete a specific table if proposing a different schedule. The Statement of Work outlines requirements for manufacturing the Towbar, including quality assurance, item unique identification (IUID) marking, and compliance with relevant military standards. The amendment emphasizes the contractor's responsibility for inspection, acceptance, and proper marking of items for shipment. Key details include the proposal's evaluation based on compliance with requirements, pricing, and demonstrated capability. Additionally, submissions must include certifications and a technical description by the specified deadline, making clear the government's commitment to ensuring quality and timely delivery in accordance with federal acquisition regulations. This aligns with standard practices in federal grant and RFP processes, ensuring suppliers adhere to specified guidelines for successful contract fulfillment.
    The document is a Request for Quotations (RFQ) from the United States Navy regarding the procurement of a Towbar (Part Number 01-1308-0011) for the MQ-9A Reaper Unmanned Aircraft System, structured as a Brand Name, Small Business Set-Aside solicitation. It announces a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum guarantee of two units and a maximum of twelve units throughout the contract duration. Quotations are invited for item delivery with a preferred schedule of 120 days post-order, with provisions for alternate schedules. The RFQ stipulates compliance with the Buy American Act and demands risks assessments on health and environmental standards. Moreover, it includes amendments and clarifications, emphasizing detailed information requirements like inspection, warranty, and unique identification tagging for military property. Key details highlight the expected quality assurance measures and responsibilities of the contractor for packaging, handling, and shipping. This procurement emphasizes the Navy's commitment to securing quality equipment necessary for operational readiness while adhering to federal guidelines and standards in contract management. The solicitation process encourages transparent communication and compliance with regulatory standards throughout the project lifecycle.
    The document is a Request for Quotations (RFQ) from the Naval Air Warfare Center Aircraft Division, soliciting bids for a specified towbar (Part Number 01-1308-0011) to support the MQ-9A Reaper Unmanned Aircraft Systems program. The RFQ emphasizes that this is an invitation for information and does not commit the government to pay associated costs. The procurement is set as a Small Business Set-Aside, aiming for a single award IDIQ contract with a duration of five years. It details the guaranteed minimum of two units on the first delivery order, with a maximum of twelve units over the contract's life. It outlines the need for compliance with the Buy American Act, quality assurance, government inspection, and unique item identification regulations. The delivery schedule specifies that units are to be delivered within 120 days of order receipt, targeting the DLA Distribution center in Mechanicsburg, PA. The document also includes clauses on packaging, shipping, inspection, acceptance terms, and various legal stipulations related to contractor conduct and compliance with military standards that must be followed by the selected vendor. Overall, the RFQ underscores the need for structured procurement and regulatory adherence in supplying military equipment.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of aircraft towbar components, specifically identified by part number 6532D789-2. This solicitation requires the delivery of new spare parts classified as Critical Safety Items (CSI), necessitating engineering source approval from the Naval Air Systems Command prior to award. The components are vital for aircraft ground servicing and must meet stringent quality assurance and inspection requirements due to their critical application in shipboard systems. Interested vendors should contact Michael Kneble at 215-737-5619 or via email at MICHAEL.KNEBLE@DLA.MIL for further details, with proposals due by the specified closing date.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    25--ADAPTER,TOWBAR,VEHI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the NSN 2540016558171, specifically an Adapter Towbar for vehicles. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components for military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    SUPPORT, STRUCTURAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.