AWARD
16 -- V-22 Department of the Navy Large Aircraft Infrared Countermeasures Processor Upgrade Control Indicator Unit Replacement-0401 Non-Recurring Engineering
- Notice Date
- 12/11/2025 7:39:49 AM
- Notice Type
- Award Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001924F0014-P00013
- Archive Date
- 12/26/2025
- Point of Contact
- Karamie L. Platt, Candice Anderson
- E-Mail Address
-
karamie.l.platt.civ@us.navy.mil, candice.l.anderson6.civ@us.navy.mil
(karamie.l.platt.civ@us.navy.mil, candice.l.anderson6.civ@us.navy.mil)
- Award Number
- N0001922G0002
- Award Date
- 12/11/2025
- Awardee
- BELL BOEING JOINT PROJECT OFFICE Amarillo TX 79111 USA
- Award Amount
- 509748.00
- Description
- Related Notice: N00019-24-RFPREQ-APM275-0608 Naval Air Systems Command, V-22 Joint Program Office, PMA-275 issued a modification to Delivery Order N0001924F0014 under Basic Ordering Agreement N0001922G0002 to the Bell Boeing Joint Project Office on a sole-source basis for non-recurring engineering to provide updated engineering and support products to allow the installation and sustainment of the Department of the Navy Large Aircraft Infrared Countermeasures Processor Upgrade Control Indicator Unit Replacement-0401 on MV-22 and CV-22 aircraft. This action was awarded on a sole source basis to the Bell Boeing Joint Program Office 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 Part 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" Bell Boeing is the sole designer, developer, and producer of the V-22 Tiltrotor aircraft and is the only known source that possesses the requisite knowledge and expertise required to perform this effort. Also, Bell Boeing is the only source that possesses the totality of engineering and technical data required to perform these efforts. This Delivery Order includes Cost Plus Fixed Fee Contract Line Item Numbers. Cost Plus Fixed Fee was selected because there are uncertainties involved in contract performance that do not permit costs to be estimated with sufficient accuracy to use any type of fixed price.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d6b618e502074dccb5c49d68934418d0/view)
- Place of Performance
- Address: Ridley Park, PA, USA
- Country: USA
- Country: USA
- Record
- SN07662686-F 20251213/251211230030 (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 |