SOURCES SOUGHT
R -- Raytheon Contractor Engineering Technical Services (CETs) at Fleet Support Team (FST) North Island
- Notice Date
- 1/22/2025 6:33:05 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM265-1161
- Archive Date
- 02/01/2025
- Point of Contact
- Ryan Bodine, Phone: 3017573721, Laurelle Brown-Hill
- E-Mail Address
-
ryan.bodine@navy.mil, laurelle.r.brown-hill.civ@us.navy.mil
(ryan.bodine@navy.mil, laurelle.r.brown-hill.civ@us.navy.mil)
- Description
- DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to negotiate and award a cost plus fixed fee type task order under the Raytheon Corporate Basic Ordering Agreement (BOA) N0001920G0007 or the Raytheon Corporate Follow-on BOA on a sole source basis to Raytheon. Raytheon is the sole designer, developer, and integrator of the AN/APG-65/-65(V)/-73/-79(V)1/-79(V)4 Radar Systems. Raytheon is currently providing these supplies/services under a Commander Fleet Readiness Center (COMFRC) contract vehicle. The Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(C)(1) and FAR 6.302-1, �Only one Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements� for the proposed action. Raytheon as the original equipment manufacturer (OEM) is the sole designer, developer, manufacturer, and supplier of the F/A-18 and EA-18G radar systems. Only Raytheon possesses the technical data necessary to fulfill the requirements listed above. The Government does NOT own a complete F/A-18 drawing package with Government Purposes Rights. The issuance of the contract will fall within statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine if any firm other than Raytheon can provide the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. A separate Pre-solicitation Notice/Synopsis will be posted with contact information for small business subcontract opportunities. ELIGIBILITY The preponderance of anticipated requirements under this task order is PSC Product Service Code: R706 - Support- Management: Logistics Support. The NAICS is 541330 - Engineering Services with a small business size standard of $41.5M. PROGRAM BACKGROUND NAVAIR intends to establish a sole-source, task order under the Raytheon Corporate BOA with Raytheon for the United States Navy (USN) and United States Marine Corps (USMC) requirements. The Contractor Engineering & Technical Services (CETS) Technical Representative (Tech Rep) will provide support of the AN/APG-65/-65(V)/-73 and AN/APG-79(V)1/-79(V)4 Active Electronically Scanned Array (AESA) Radar systems installed in the F/A-18 (Models A thru F), EA-18G, and AV-8B aircraft, and their related Support Equipment (SE). ANTICPATED PERIOD OF PERFORMANCE The anticipated period of performance is a one (1) year base with four (4) option years with an anticipated start date of 01 September 2025. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). REQUIRED CAPABILITIES The contractor will provide the required services in support of PMA-265 sustaining the USN and USMC AN/APG-65/-65(V)/-73/-79(V)1/-79(V)4 Radar Systems into the F/A-18 and EA-18 G Aircraft. INCUMBENT This is a follow-on requirement. The incumbent is Raytheon.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b8c11aa9a35421d977da76facd6f1a2/view)
- Place of Performance
- Address: Coronado, CA, USA
- Country: USA
- Country: USA
- Record
- SN07320319-F 20250124/250122230108 (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 |