Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2025 SAM #8700
AWARD

J -- NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair

Notice Date
9/19/2025 9:18:23 AM
 
Notice Type
Award Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425DV500
 
Archive Date
10/19/2025
 
Point of Contact
Garrett Parks, Kathleen Hourihan
 
E-Mail Address
garrett.b.parks2.civ@us.navy.mil, kathleen.m.hourihan.civ@us.navy.mil
(garrett.b.parks2.civ@us.navy.mil, kathleen.m.hourihan.civ@us.navy.mil)
 
Award Number
N6660425DV500
 
Award Date
09/16/2025
 
Awardee
RAYTHEON COMPANY Portsmouth RI 02871 USA
 
Award Amount
8438897.00
 
Description
This award synopsis documents award of Indefinite Delivery/Indefinite Quantity (IDIQ)-type contract number N6660425DV500, which was awarded on a sole source basis to Raytheon Missiles and Defense (RMD - CAGE Code 94404) on 16 September 2025 corresponding to solicitation N6660425R0160. This requirement procures non-commercial evaluation and repair services for Advanced Capabiltiy (ADCAP) Assembies, Digital Dicrete Card (DDC) Modules, Alternating Current (AC) Relays, Direct Current (DC) Relays, and Wire Guide Assemblies (hereafter referred to as ""covered hardware"") provided as Government Furnished Property (GFP). The IDIQ contract includes Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) provisions and includes a five-year ordering period. This requirement was procured on a sole source basis in accordance with 10 U.S.C. 3204(a)(1) and 41 U.S.C. 3304(a)(1), as implemented by FAR 6.302-1 (a)(2)(iii), only the original source will satisfy agency requirements as this is a case of a follow-on contracts for the continued provision of highly specialized services. It is likely that award to any other source would result in (a) substantial duplication of cost to the Government that is not expected to be recovered through competition; and (b) unacceptable delays in fulfilling the agency's requirements (see 10 U.S.C. 3204(b)(B)). In accordance with FAR 6.305, the redacted justification and approval required by FAR 6.303 is included as an attachment to this notice. In accordance with FAR 5.207(c)(16)(ii), this requirement's pre-solicitation synopsis posted on 02 December 2024 included notice to offerors that this requirement is being procured on a sole source basis, and it was stated in the synopsis that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Soliciation N6660425R0160 was posted to SAM.gov on 18 February 2025 and remained open for offers until 1 March 2025. No offers nor capabiltiy statements were received in response to the synopsis nor solicitation N6660425R0160 other than the offer submitted by the sole source vendor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8e3b055e2dd14d96a439d2d81b36d4c6/view)
 
Place of Performance
Address: Portsmouth, RI, USA
Country: USA
 
Record
SN07597295-F 20250921/250919230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.