SPECIAL NOTICE
V -- Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft
- Notice Date
- 8/6/2025 9:14:51 AM
- Notice Type
- Special Notice
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Response Due
- 9/6/2025 8:00:00 AM
- Archive Date
- 09/21/2025
- Point of Contact
- Brad Dioguardo, David Silverstone
- E-Mail Address
-
bradley.dioguardo.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil
(bradley.dioguardo.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE OF INTENT Specific details will be provided in a solicitation which will be posted at https://www.sam.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. The Naval Air Warfare Center - Aircraft Division (NAWCAD), at Patuxent River, MD announces its intention to procure an enduring operational requirement, on a competitive basis, for the services necessary to provide a Contractor-Owned/Contractor-Operated (COCO) aerial platform with sonobuoy pneumatic-launch capability to support NAVAIR�s Sonobuoy Lot Acceptance Testing (SLAT), which involves real-world ocean airdrop tests of random samples from production lots, ensuring they meet required standards before being deployed for operations, and supporting pre-production sonobuoy model testing. COCO mission support will be provided from an airfield within 50 nautical miles of Naval Air Station North Island in San Diego, CA with flight operations occurring over open-ocean test ranges in the vicinity of San Clemente Island, CA. The sonobuoys will be loaded on the aerial platform from the Contractor�s base of operations. Based on the results of market research and the sources sought posted on 01 May 2025, the Government anticipates issuing a four-year, 364 day competitive, Firm Fixed Price (FFP), full and open solicitation in January 2026. A best-value tradeoff source selection is anticipated. A single-award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract is estimated to be awarded in third quarter FY 2026. The NAICS for this requirement is 481219 with a corresponding size standard of $25 million 3-years average annual receipts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d87aa69768548c585f3519edbd9fe7e/view)
- Place of Performance
- Address: San Clemente, CA, USA
- Country: USA
- Country: USA
- Record
- SN07538217-F 20250808/250806230046 (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 |