SOLICITATION NOTICE
58 -- Synopsis for Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) Red-to-Blue (R2B) Built in Test (BIT) Non-Recurring Engineering (NRE) Software Update for Sensor Calibration Data
- Notice Date
- 4/2/2025 1:06:23 PM
- 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
- N00019-25-RFPREQ-TPM272-0150
- Response Due
- 4/10/2025 3:00:00 PM
- Archive Date
- 04/25/2025
- Point of Contact
- Sarah Willis, Jessica L. Guy-Dietrich
- E-Mail Address
-
sarah.m.willis10.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil
(sarah.m.willis10.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil)
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR) at Patuxent River, MD has a requirement to award a modification to the AN/AAQ-24 System Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) Red-to-Blue (R2B) Built in Test (BIT) order N0001924F1082 under Basic Ordering Agreement (BOA) N0001920G0005 to add Non-Recurring Engineering (NRE) scope for a software update to the AN/AAQ-24 system to transfer Integrated Aircraft Survivability Equipment (iASE) Advanced Threat Warfare (ATW) sensor calibration data to support the MAGTF Agile Network Gateway Link (MANGL) family of systems. The Government intends to solicit this effort on a sole source basis to Northrop Grumman Systems Corporation (NGSC). In accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" NGSC is the sole developer, producer, and depot repair facility for the AN/AAQ-24 and no other supplies or services will satisfy agency requirements. In addition, the Government does not own all the required manufacturing processes, test equipment, automated program tooling, and factory tooling necessary to compete the production and associated support services of the AN/AAQ-24. Drawings and other technical data are proprietary to NGSC. THIS IS NOT A REQUEST FOR PROPOSAL. No contract will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed to the Contract Specialist, Sarah Willis at sarah.m.willis10.civ@us.navy.mil. Responses to this notice must be submitted by 10 April 2025. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future procurement. Companies interested in subcontracting opportunities should contact NGSC directly using the following contact information: Brendan Thornton, Brendan.thornton@ngc.com
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aac5188c3e4e4b84b69245a3ddfcabba/view)
- Place of Performance
- Address: Rolling Meadows, IL, USA
- Country: USA
- Country: USA
- Record
- SN07395465-F 20250404/250402230053 (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 |