IRST Block II Production - Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor weapon replaceable assemblies (WRAs)
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159731766768435 |
Posted Date: | Oct 25, 2022 |
Due Date: | Nov 9, 2022 |
Solicitation No: | N00019-23-REPREQ-TPM265-0141 |
Source: | https://sam.gov/opp/182b3f229d... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Oct 25, 2022 05:09 pm EDT
- Original Response Date: Nov 09, 2022 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Orlando , FLUSA
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a sole source modification to an existing contract with Lockheed Martin, Orlando, FL. NAVAIR intends to procure additional F/A-18E/F Infrared Search and Track (IRST) Block II weapon replaceable assemblies (WRAs), specifically the Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor. In addition, the offerors must be capable of performing acceptance test procedures (ATPs) on these specific WRAs and troubleshooting any issue(s) at their facilities. The offerors also may be required to design, build, or acquire special tooling equipment (STE) if or when deemed necessary. The procurement is being pursued on a sole source basis under the statutory authority 10 USC 2304 (C)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” As the contractor for the IRST system, Lockheed Martin has the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required.
This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications, demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required, to the Contract Specialist listed below within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, contact LMMFC at (972)603-2950.
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
- Julie M. Gill
- julie.gill@navy.mil
- Phone Number 3013427607
- Jessica Guy-Dietrich
- jessica.guy-dietrich@navy.mil
- Phone Number 3017573718
- Oct 25, 2022 05:09 pm EDTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.