Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2026 SAM #8881
SOLICITATION NOTICE

58 -- SOLE SOURCE - Procurement of Test Program Sets (TPS) and Automated Test Equipment (ATE) for AN/ZPY-3 Multi-Function Active Sonar (MFAS) Shop Replaceable Assemblies (SRAs)

Notice Date
3/19/2026 10:47:40 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425GJW77_JobOrder0002
 
Response Due
4/2/2026 11:00:00 AM
 
Archive Date
05/17/2026
 
Point of Contact
Elizabeth Hacker, Phone: 812-381-5170, Ashton Wagler, Phone: 812381953
 
E-Mail Address
elizabeth.m.hacker3.civ@us.navy.mil, ashton.t.wagler.civ@us.navy.mil
(elizabeth.m.hacker3.civ@us.navy.mil, ashton.t.wagler.civ@us.navy.mil)
 
Description
Naval Surface Warfare Center (NSWC) Crane has a requirement to procure Test Program Sets (TPS) and Automated Test Equipment (ATE) to support depot repair testing of AN/ZPY-3 Multi-Function Active Sonar (MFAS) Shop Replaceable Assemblies (SRAs). New TPS and ATE solutions will streamline multiple configurations and mitigate Diminishing Manufacturing Sources and Material Shortages (DMSMS) for legacy TPS solutions. The new TPS solutions will support organic depot level repair for applicable AN/ZPY-3 MFAS SRAs at the government-designated location defined herein as Fleet Readiness Center Southeast (FRCSE). This effort provides for all non-recurring engineering to manufacture and develop applicable TPS software and hardware and hosting ATE. The following table shows the list of SRAs that will require the contractor to deliver a complete list of TPS and the associated ATE for. Table 1: Planned FRCSE Depot SRA Capability UUT Description/Name: Auxiliary Synchronizer, Programmed Part Number(s): 218K154G05 ; 218K154G04 UUT Description/Name: Power Supply Aux Part Number(s): 820R045G03 ; 820R045G02 UUT Description/Name: Power Converter Assembly Part Number(s): 820R055G04 UUT Description/Name: Array Driver Part Number(s): 824R658G06; 824R658G05 UUT Description/Name: ECA, Beam Steering Control, Programmed Part Number(s): 331K120G01 UUT Description/Name: Wideband WFG, Programmed Part Number(s): 130K374G02 UUT Description/Name: 270 Volt Power Converter Part Number(s):139K983G03 UUT Description/Name: ECA, Programmed, SYNC/CBI Part Number(s): 130K389G02 UUT Description/Name: Reference Generator Part Number(s):130K380G05 UUT Description/Name: NB Waveform Gen Part Number(s): 130K369G02 UUT Description/Name: Dual RF Receiver Part Number(s): 218K022G01 UUT Description/Name: Digital Power Supply Part Number(s): 139K985G03 UUT Description/Name: Synthesizer Part Number(s): 130K364G02 UUT Description/Name: WBIF Receiver Part Number(s): 218K020G06 ; 218K020G09 UUT Description/Name: Analog Power Supply Part Number(s): 139K987G02 This effort includes the acquisition of ATE, ancillary equipment, and the development and delivery of one set of TPS hardware for each of the 15 required SRAs identified in the table above. The proposed contract action is for the procurement of supplies which the Government intends to solicit and negotiate with one source, Northrop Grumman Systems Corporation 1580 W Nursery Road, Linthicum Heights, MD 21090 under the authority of FAR 6.302-1(a)(2) (statutory authority 10 U.S.C 3204(a)(1)), only one responsible source. The requirement is being solicited on a sole source basis because Northrop Grumman Systems Corp is the Original Equipment Manufacturer (OEM) and they are unwilling to sell the complete data package to the Government to allow for full and open competition. In addition, parts from any other vendor would result in extensive duplication of costs to include re-engineering, re-certification, environmental qualifications to the government that is not expected to be recovered through competition, and unacceptable delays in fulfilling agency requirements through any other source. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. Solicitations and amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Questions or inquiries should be directed to Elizabeth Hacker, Code 0233, telephone 812-381-5170, e-mail elizabeth.m.hacker3.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/54a109bdfed74fa99829b9e5dd47ebf4/view)
 
Place of Performance
Address: Linthicum Heights, MD 21090, USA
Zip Code: 21090
Country: USA
 
Record
SN07751281-F 20260321/260319230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.