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)
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 Surface Warfare Center (NSWC) Crane intends to award a sole source contract to Northrop Grumman Systems Corporation for the procurement of Test Program Sets (TPS) and Automated Test Equipment (ATE). This effort supports depot repair testing of AN/ZPY-3 Multi-Function Active Sonar (MFAS) Shop Replaceable Assemblies (SRAs) at Fleet Readiness Center Southeast (FRCSE). The goal is to streamline configurations and mitigate Diminishing Manufacturing Sources and Material Shortages (DMSMS) for legacy TPS solutions. Responses from other responsible sources are due by April 2, 2026.
Scope of Work
This requirement involves the non-recurring engineering, manufacturing, and development of applicable TPS software and hardware, along with hosting ATE. The contract includes the acquisition of ATE, ancillary equipment, and the delivery of one set of TPS hardware for each of 15 specific AN/ZPY-3 MFAS SRAs. These SRAs include:
- Auxiliary Synchronizer (P/N: 218K154G05, 218K154G04)
- Power Supply Aux (P/N: 820R045G03, 820R045G02)
- Power Converter Assembly (P/N: 820R055G04)
- Array Driver (P/N: 824R658G06, 824R658G05)
- ECA, Beam Steering Control, Programmed (P/N: 331K120G01)
- Wideband WFG, Programmed (P/N: 130K374G02)
- 270 Volt Power Converter (P/N: 139K983G03)
- ECA, Programmed, SYNC/CBI (P/N: 130K389G02)
- Reference Generator (P/N: 130K380G05)
- NB Waveform Gen (P/N: 130K369G02)
- Dual RF Receiver (P/N: 218K022G01)
- Digital Power Supply (P/N: 139K985G03)
- Synthesizer (P/N: 130K364G02)
- WBIF Receiver (P/N: 218K020G06, 218K020G09)
- Analog Power Supply (P/N: 139K987G02)
Contract Details
- Type: Sole Source Presolicitation
- Proposed Contractor: Northrop Grumman Systems Corporation (1580 W Nursery Road, Linthicum Heights, MD 21090)
- Justification: Northrop Grumman is the Original Equipment Manufacturer (OEM) and will not sell the complete data package. Competition would lead to extensive cost duplication (re-engineering, re-certification, environmental qualifications) and unacceptable delays.
- Authority: FAR 6.302-1(a)(2) (10 U.S.C 3204(a)(1))
- Set-Aside: None (Sole Source)
- Product Service Code: 5826 (Radio Navigation Equipment, Airborne)
- Place of Performance (Contractor): Linthicum Heights, MD
- End-User Location: Fleet Readiness Center Southeast (FRCSE)
Response & Deadlines
- Response Due: April 2, 2026, 6:00 PM EDT
- Published Date: March 13, 2026
- Submission: All responsible sources may submit a capability statement, proposal, or quotation for consideration. However, the government reserves the right to proceed with a sole source award. Submissions will primarily be used to re-evaluate the sole source justification.
- Important Note: Solicitations and amendments for this sole source action will not be posted on SAM.gov and are available only from the identified Point of Contact.
- Registration: Contractors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to receive controlled attachments.
Contact Information
- Primary Point of Contact: Elizabeth Hacker, Code 0233
- Phone: 812-381-5170
- Email: elizabeth.m.hacker3.civ@us.navy.mil
- Secondary Point of Contact: Ashton Wagler
- Phone: 812-381-953
- Email: ashton.t.wagler.civ@us.navy.mil
- Reference the solicitation number when responding.