Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
ID: N00024-25-F-5364Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

PSC

FIRE CONTROL RADAR EQUIPMENT, EXCEPT AIRBORNE (1285)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MK 110 Mod 0 Gun Mount (GM) - FY26 Spares
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) for the procurement of spare and component parts in support of the MK 110 MOD 0 Gun Mount (GM). This procurement is crucial as it ensures the operational readiness and maintenance of the MK 110 GM, which is vital for naval defense capabilities. The order will be awarded to BAE Systems Land and Armaments L.P., the only known source capable of meeting the government's requirements within the necessary timeframe, with no competitive proposals being solicited. Interested parties may submit capability statements to the primary contact, Lydia DiCola, at lydia.j.dicola.civ@us.navy.mil, or the secondary contact, Jennifer Escobar, at jennifer.m.escobar2.civ@us.navy.mil, by the closing time of this notice.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.
    16--PANEL ASSY,LWR,AIRC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of the PANEL ASSY, LWR, AIRC, identified by NSN 1R-1680-015811463-V2 and reference number 901-033-776-106. This procurement requires engineering source approval due to the flight-critical nature of the part, necessitating that only approved sources may submit proposals, as the item is essential for maintaining quality and safety standards. Interested vendors must provide detailed documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of the notice publication, with the primary contact for inquiries being Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure circuit card assemblies under a presolicitation notice. The requirement includes a quantity of 8 units of NSN 7H-5998-016195552, with delivery specified to Lockheed Martin Corporation in Manassas, VA. This procurement is critical as the government does not possess the data or rights necessary to source this part from alternative suppliers, making it uneconomical to reverse engineer or purchase the data. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals being accepted within 45 days of the notice publication. For further inquiries, potential vendors can contact Elizabeth M. Clammer at (717) 605-3353 or via email at ELIZABETH.M.CLAMMER.CIV@US.NAVY.MIL.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    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.
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    59--ELECTRONIC COMPONEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.