MODIFICATION
16 -- FY 21-25 Raytheon Corporate BOA
- Notice Date
- 11/1/2022 6:32:12 AM
- Notice Type
- Sources Sought
- 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
- 23001
- Response Due
- 11/16/2022 2:00:00 PM
- Point of Contact
- William D. Gentry, Phone: 3017577069, Rachel Stauffer
- E-Mail Address
-
william.d.gentry20.civ@us.navy.mil, rachel.e.stauffer.civ@us.navy.mil
(william.d.gentry20.civ@us.navy.mil, rachel.e.stauffer.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) at Patuxent River, MD (V2231) awarded Basic Ordering Agreement (BOA) N0001920G0007 on a sole source basis to The Raytheon Company (Raytheon) for the procurement of supplies and services in support of various United States Navy (USN) and Foreign Military Sales (FMS) aircraft platforms on 01 September 2020. �F/A-18 and EA-18G aircraft requirements are procured under this BOA under the authority of Class Justification and Approval for Other than Full and Open Competition (CJ&A) 19-0418. �This CJ&A authorization expires on 31 August 2025. ��The issuance of this BOA fell within the statutory authority of 10 U.S.C. 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. Raytheon is the sole designer, developer, and manufacturer, of the F/A-18 hardware listed in the �Required Capabilities� portion of this notice.� Only Raytheon possesses the technical data, unique and specialized engineering capability, resources, subject matter experts, tooling, facilities, engineering processes, and manufacturing processes necessary to satisfy the Government�s requirements.� The Government does not own a complete drawing package with Government Purposes Rights to any of the hardware listed in the �Required Capabilities� portion of this notice; as a result, Raytheon is the only responsible source capable of meeting the Government�s minimum needs. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. �Per FAR 10.002(b)(1), the Contracting Officer may rely on market research conducted within 18 months prior to award of a delivery order.� The purpose of this sources sought notice is to conduct market research in support of delivery orders issued under N0001920G0007 after 15 December 2022 for the hardware listed in the �Required Capabilities� portion of this notice.� It is a market research tool being used to determine if eligible small business firms exist who are capable of providing the supplies and services described herein. �The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought notice.� A separate Pre-solicitation Notice/Synopsis will be posted for each individual BOA order per FAR 16.703(d)(2)(iv). ELIGIBILITY The PSC for this requirement is 1680. �The NAICS is 336413. �All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE BOA N0001920G0007 allows for the performance of task/delivery order from 01 September 2020 through 31 August 2025. �Each task/delivery order issued under this BOA designates an applicable delivery date or period of performance. �The BOA is updated annually in accordance with FAR 16.703(b)(3). ANTICIPATED CONTRACT TYPE Per FAR 16.703(a), a BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor. �A BOA is not a contract. �It is anticipated that fixed-price and cost-reimbursement contract types will be used for orders issued under this BOA, to be specified in each applicable task/delivery order. REQUIRED CAPABILITIES Orders placed under this BOA will support the development, production, reliability, sustainment, and disposal of the following systems: Advanced Targeting Forward Looking Infrared (ATFLIR); SHAred Reconnaissance Pod (SHARP) and SHARP Tactical Cueing System, AN/ALR-67 Radar Warning Receiver (RWR) and associated RWR systems; AN/APG-65 and AN/APG-73 radars, AN/APG-79 Active Electronically Scanned Array (AESA) radars, suspension underwing units (SUU) SUU-62/SUU-63/SUU-78/SUU-79/SUU-80 pylons, launch adapter unit (LAU) -115/LAU-116 guided missile launchers, and associated mission-specific hardware. �Since at least a portion of the BOA will involve orders of a cost-type basis, a firm performing work under the BOA must have a Government approved accounting system. INCUMBENT The incumbent contractor is: Raytheon Company Space and Airborne Systems, P.O. Box 902, El Segundo, California 90245. �Responses to this sources sought notice shall be sent to william.d.gentry20.civ@us.navy.mil. �Submissions must be received at the office cited no later than 5:00 p.m. Eastern Standard Time on 16 November 2022. �Questions or comments regarding this notice may be addressed to Rachel Stauffer via email at rachel.e.stauffer.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a372903b2704416af46b7d9a1b70484/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06506803-F 20221103/221101230054 (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 |