SOLICITATION NOTICE
17 -- HORIZON REFERENCE SYSTEM FOR ARLEIGH BURKE-CLASS GUIDED MISSILE DESTROYERS, CONSTELLATION-CLASS FRIGATES, AND FREEDOM AND INDEPENDENCE-CLASS LITTORAL COMBAT SHIPS
- Notice Date
- 9/17/2025 12:42:32 PM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833525R0435
- Response Due
- 10/2/2025 2:00:00 PM
- Archive Date
- 10/17/2025
- Point of Contact
- Kelly Gray, Melissa Bucci, Phone: 7323231578
- E-Mail Address
-
kelly.e.gray13.civ@us.navy.mil, melissa.a.bucci.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil, melissa.a.bucci.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The purpose of this notice is to publicize pre-solicitation synopsis for the subject. Notice details included in full text within this description if unable to open from Attachment section below. ***Associated PIEE posting listed under same notice ID N6833525R0435.*** The Naval Air Warfare Center, Aircraft Division (NAWCAD), Lakehurst has a requirement to procure Horizon Reference Systems (HRS) for various Navy vessels for the Program Manager Air (PMA) 251 Aircraft Launch and Recovery Equipment (ALRE) Program Office. The Government is contemplating an Unrestricted Full and Open Competition for Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) designed to be a streamlined, quick response contractual vehicle that will meet the long-term HRS needs for future Air Capable Ships. The Government intends to compete orders amongst MAC awardees for the HRS and installation of the HRS on fielded Freedom Class and Independence Class Littoral Combat Ships (LCS class), production Arleigh Burke Class Guided Missile Destroyers (DDG 51 Flight III class), production Constellation Class Frigates (FFG 62 class) and possible future ship classes not yet defined. The Government may compete additional delivery orders (DOs) or task orders (TOs) to retrofit legacy Horizon Reference Sets installed on DDG, FFG, or Ticonderoga Class Guided-Missile Cruiser (CG) ship classes under this IDIQ MAC. The Government is planning to compete and award the first task order concurrent with the MAC award. The planned ordering period is for a base ordering period of one year with four (4) one-year options for a total ordering period of five (5) years if all option periods are exercised. No single order will have a period of performance greater than five (5) years. This acquisition is intended to be procured as an Unrestricted Full and Open competition, the applicable North American Industry Classification System (NAICS) code for this requirement is 334511 and the Product Service Code (PSC) is 1710. The Government intends to release a draft solicitation in the first quarter of fiscal year (FY) 2026. All solicitation documents and publicly releasable information related to this acquisition will reside within the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and on www.SAM.gov. Any amendment issued will be posted to the same websites. It is recommended that interested Offerors check the PIEE & SAM websites frequently for any updates. No emailed proposals will be accepted. The point of contact for this effort is: Ms. Kelly Gray at Kelly.e.gray13.civ@us.navy.mil. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Information released prior to a formal solicitation is not a guarantee of the Government�s course of action with proceeding with the effort or any future contract award(s). Information released prior to a formal solicitation reflects the Government intent and is subject to change based on internal or external circumstances. As such, the formal solicitation is the only document that prospective Offerors should rely upon for the Government�s requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3afad22386584f509f18045abfcd30cd/view)
- Place of Performance
- Address: 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN07594489-F 20250919/250917230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |