Closed Solicitation · DEPT OF DEFENSE

    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)

    Sol. N0016425GJW77_JobOrder0002PresolicitationCRANE, IN
    Closed
    STATUS
    Closed
    closed Apr 2, 2026
    POSTED
    Mar 19, 2026
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    5826
    Product & service classification

    AI Summary

    The Naval Surface Warfare Center Crane seeks to procure Test Program Sets and Automated Test Equipment for AN/ZPY-3 Multi-Function Active Sonar Shop Replaceable Assemblies. This sole source procurement will be negotiated with Northrop Grumman Systems Corporation, the OEM. Interested parties may submit capability statements, but the decision to compete is at the Government's discretion.

    Contract details

    Solicitation No.
    N0016425GJW77_JobOrder0002
    Notice Type
    Presolicitation
    Posted Date
    March 19, 2026
    Response Deadline
    April 2, 2026
    NAICS Code
    334511AI guide
    PSC / Class Code
    5826
    Issuing Office
    NSWC CRANE
    Primary Contact
    Elizabeth Hacker
    City
    CRANE
    State
    IN
    ZIP Code
    47522-5001
    AI Product/Service
    both

    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. 

    Key dates

    1. March 19, 2026Posted Date
    2. April 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    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) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.