MH-60R Digital Magnetic Anomaly Detection (DMAD) Hardware Procurement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Naval Air Systems Command (NAVAIR) intends to award a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Delivery Order under a Basic Ordering Agreement (BOA) N00019-19-G-0029 on a sole source basis to Lockheed Martin Rotary and Mission Systems (LM RMS) in Owego, NY. This effort is for the production and delivery of Digital Magnetic Anomaly Detection (DMAD) hardware for Foreign Military Sales (FMS) Royal Australian Navy (RAN) and United States Navy MH-60R aircraft.
Scope of Work
The contractor will procure or manufacture and deliver kits as defined in Engineering Change Proposal (ECP) 6761, covered by the DMAD Phase 1 Contract. This includes parts, spare parts, and over-and-above repairs in support of the NAVAIR Multi-Mission Helicopter Program Office (PMA-299).
Contract & Timeline
- Type: Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Delivery Order under BOA N00019-19-G-0029
- Duration: Estimated one (1)-year Base plus four (4) Option Years
- Delivery: Within 12 months after execution of each order and option exercise, with estimated delivery dates starting March 2028 through March 2030.
- Place of Performance: Owego, NY, United States
- Published: May 7, 2026
- Response Due: May 8, 2026
Set-Aside
None specified.
Evaluation
This is an intent to award on a sole-source basis under FAR 6.302. This notice is not a request for competitive proposals. However, interested persons may identify their interest and capability to respond. Capability statements received by the close of the synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement.
Additional Notes
Questions concerning subcontracting opportunities should be directed to Ms. Laura R. Rogers at (607) 751-3111. The primary point of contact for this notice is Lindsey Cowan (lindsey.c.cowan.civ@us.navy.mil, 571-249-0148).