Radar Signal Simulator for the H-60 Aircraft in Support of Spanish Armada and Norwegian Defence Material Agency Foreign Military Sales Programs
ID: N68335-25-R-0402Type: Presolicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure a Radar Signal Simulator for the H-60 Aircraft to support Foreign Military Sales programs for the Spanish Armada and the Norwegian Defence Materiel Agency. The contract will be awarded on a sole source basis to Symetrics Industries, LLC (dba Extant Aerospace), as they are the only entity with the proprietary data and expertise necessary to manufacture the simulator. This procurement is critical for ensuring the operational readiness and effectiveness of the H-60 aircraft in international defense collaborations. Interested parties can direct inquiries to Tammy Fossa at tamara.d.fossa.civ@us.navy.mil, noting that 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
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    Naval Surface Warfare Center Carderock Division Modeling and Simulation Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division, intends to award a sole source contract for Modeling and Simulation Services to Advanced Rotorcraft Technology, Inc. This procurement is justified under the statutory authority of 41 U.S.C. 1903 and Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can meet the agency's requirements. The services are critical for supporting naval operations and ensuring the effectiveness of advanced rotorcraft technologies. Interested parties may direct inquiries to David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929, as this notice is not a request for competitive proposals.
    Intent to Procure: CARA AN/APN-232 Receiver Transmitter (NSN:5841-01-349-9175)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, intends to procure the AN-APN 232 Combined Altitude Radar Altimeter (CARA) Receiver-Transmitter from Symetrics Industries, LLC, dba Extant Aerospace. This procurement involves a firm fixed price request for proposal for the manufacture of 11 units of the Receiver-Transmitter, which is critical for transmitting and processing altitude-related data for various avionics systems, operating effectively from 0 to 50,000 feet. The unique technical specifications and proprietary knowledge required for this equipment render Symetrics Industries the sole source capable of fulfilling this requirement, as the government does not possess the necessary technical data. Interested parties may contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information, with the proposal expected to be released on or before December 11, 2025.
    Synopsis for Solicitation N0038326QD053
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    TRS-3D /AN/SPS-75 Radar repairs/ overhaul services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit for repair and overhaul services for the TRS-3D/16-ES (AN/SPS-75) radar system. This procurement will require OEM parts and components exclusively manufactured by Hensoldt Sensors GmbH, with sales conducted solely through Northern Defense Industries, LLC. The radar system is critical for maritime operations, providing essential search and detection capabilities. Interested vendors should prepare to submit a cover letter, past performance questionnaire, technical capability proposal, and pricing information, with evaluations based on technical merit, past performance, and price. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    58--SIGNAL DATA PROCESS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanic, is preparing to issue a presolicitation for the repair and modification of signal data processing equipment, identified by NSN 7H-5895-016296069, with an initial quantity of 35 units and an anticipated option quantity of 14. The procurement is critical as the government does not possess the necessary data or rights to source repairs from alternative vendors, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the government's requirements for commercial items within 15 days of this notice, and for further inquiries, they may contact Amber Wale at (717) 605-2541 or via email at AMBER.L.WALE.CIV@US.NAVY.MIL.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    NIIN 015381291/ NOMENCLATURE ADAPTER,RACK,STORAGE
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Long Term Contract (LTC) to support the repair and modification of H-60 platform components for the U.S. Navy. This contract requires the selected contractor to provide all necessary labor, materials, and facilities to ensure that items are returned to a Ready For Issue (RFI) condition, adhering to stringent specifications and quality standards. The goods and services sought are critical for maintaining the operational readiness of the H-60 platform, which plays a vital role in Navy operations. Proposals must be submitted via email to Lauren N. Phillips at lauren.n.phillips6.civ@us.navy.mil by the specified closing date, as outlined in the solicitation document.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.