MB-2 & B-7 Retrofit Material Kit & Installs

SOL #: N00019-26-RFPREQ-WPM262-0426 Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Patuxent River, MD

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 2, 2025
2
Submission Deadline
Dec 18, 2025, 4:59 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

THIS SYNOPSIS SUPERCEDES N00019-25-RFPREQ-WPM262-0095

The Naval Air Systems Command (NAVAIR), Patuxent River, MD, intends to enter into sole source negotiations and subsequently award a Firm Fixed Price (FFP) Delivery Order under BOA N00019-25-G-0003.  The anticipated Delivery Order is for the procurement of material and labor needed to retrofit one (1) MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement will include ground asset software suite, configurations, and supporting documents necessary for the US Government to complete the installation. Contract award is anticipated for the fourth quarter of fiscal year 2026 The anticipated period of performance will be for approximately 12 months.

This requirement will be procured on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1) [TS1] as implemented by Federal Acquisition Regulation (FAR) FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NGSC is the sole designer, developer, manufacturer, integrator, and producer of the MQ-4C Triton air vehicles and ground stations.  Therefore, NGSC is the only source with the requisite knowledge of the Triton design, operation, and maintenance to successfully provide the necessary engineering, systems integration, and sustainment support. Unless otherwise stated herein, no formal request for proposal or additional written information is currently available. A determination by the Government not to compete is solely within the discretion of the Government. This synopsis is published for information purposes only.

IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This synopsis is published for informational purposes only. (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS).  All responsible sources may submit a capability statement, which will be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  [TS3] Subcontracting opportunities should be sought directly from NGSC.

There are no commitments by the Government to issue any solicitations, make an award, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone inquiries will be accepted.  Responses shall be made in writing by email to the attention of Sharon Green, <sharon.m.green2.civ@us.navy.mil>.

Primary Point of Contact: 

Sharon Green
Contract Specialist
sharon.m.green2.civ@us.navy.mil

Secondary Point of Contact:

Tyler Summers
Procuring Contracting Officer
tyler.m.summers2.civ@us.navy.mil

People

Points of Contact

SUMMERS, TYLERSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Solicitation
Posted: Dec 2, 2025
MB-2 & B-7 Retrofit Material Kit & Installs | GovScope