SOLICITATION NOTICE
58 -- Next Generation Jammer (NGJ) Mid-Band 2 (MB2) Module-less TRIMM Production Transition
- Notice Date
- 2/13/2024 11:08:48 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM234-0084
- Response Due
- 2/28/2024 2:00:00 PM
- Archive Date
- 03/14/2024
- Point of Contact
- Riley Stanton, Shayne P. Kenny
- E-Mail Address
-
riley.n.stanton.civ@us.navy.mil, shayne.p.kenny.civ@us.navy.mil
(riley.n.stanton.civ@us.navy.mil, shayne.p.kenny.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to award a Cost Plus Fixed Fee (CPFF) delivery order to The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, California.� The Government intends to make this award on a sole source basis. The delivery order will complete testing and provide production use of Next Generation Jammer (NGJ) Mid Band 2 (MB2) Module-less Transmit/Receive Integrated Microwave Modules (TRIMMs) partially developed on Defense Microelectronic Activity (DMEA) contract HQ0727-16-D-0006. This proposed delivery order will be placed under existing Basic Ordering Agreement (BOA) N00019-20-G-0007. The projected delivery date is 31 March 2025. As the sole designer, developer and manufacturer of the NGJ-MB system, Raytheon is the only source with the requisite knowledge, experience, and technical data necessary to provide the required supplies and services for the aforementioned non-recuring engineering (NRE) without causing unacceptable delays in meeting the Navy�s operational requirements. In addition, an award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition.� The authority permitting other than full and open competition is Title 10, U.S. Code 2304 (c)(1), as implemented by FAR 6.302-1, �Only One Responsible Source�, and no other supplies or services will satisfy agency requirements. This is not a commercial buy; therefore, the Government does not intend to use the provisions of FAR Part 12 for this acquisition. �This synopsis is published for informational purposes only. �(THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS).� Interested parties, however, may identify their interest and capability by responding to the requirement.� The Government will consider all capability information received prior to the closing date of this synopsis.� 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 based upon responses to this notice is solely within the discretion of the Government.� There is no commitment by the Government to issue any solicitation, make an award, or to be responsible for any monies expended by any interested party before award of a contract for the efforts detailed above.� Information provided herein in no way binds the Government to solicit for or award a contract.� If you have any questions regarding this synopsis, please contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad9261361b5e4dccac68e1768410a4a2/view)
- Place of Performance
- Address: El Segundo, CA, USA
- Country: USA
- Country: USA
- Record
- SN06964694-F 20240215/240213230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |