SOLICITATION NOTICE
58 -- Radar- APG (V) 1 APG (V) 4 Add Domestic V1/V4 test capability to SIT-G station being stood up for APG-79 Kuwait Depot
- Notice Date
- 5/6/2025 10:01:05 AM
- 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-TPM265-0625
- Response Due
- 5/6/2025 2:00:00 PM
- Archive Date
- 05/21/2025
- Point of Contact
- Ryan Bodine, Phone: 3017573721, John Ryan
- E-Mail Address
-
ryan.bodine@navy.mil, john.j.ryan390.civ@us.navy.mil
(ryan.bodine@navy.mil, john.j.ryan390.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to negotiate and award a Cost Plus Fixed Fee type delivery order under the Raytheon Corporate Basic Ordering Agreement (BOA) N0001920G0007 or the Raytheon Corporate Follow-on BOA N00019-25-G-0009 on a sole source basis to Raytheon. Raytheon is the sole designer, developer, and integrator of the APG-79 V1/V4 Radar Systems. This requirement will add Domestic APG-79 V1/V4 test capability to the System Integrated Test station (SIT)-G station currently stood up to support sustainment activities under the APG-79 Kuwait Depot program. The scope of this effort will include hardware and program specific software changes, test procedure updates, integration/verification & validation and certification. The added test capability is intended to provide increased throughput of needed domestic USN/USMC WRA repairs. The Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(C)(1) and FAR 6.302-1, �Only one Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements� for the proposed action. Raytheon as the original equipment manufacturer (OEM) is the designer, developer, manufacturer, and Depot for the APG-79 radar systems. Only Raytheon possesses the technical data necessary to fulfill the requirements listed above. The Government does NOT own a complete F/A-18 drawing package with Government Purposes Rights. The issuance of the contract will fall within statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. In accordance with FAR 6.302-1(a) (2) (ii) (A), the Government has deemed the requirements listed above for the continued development or production of a major system, or highly specialized equipment including major components thereof, to be available only through the original source, and has determined that award to any other source would result in significant duplication of costs which would not be recovered through competition. As such, NAVAIR has determined Raytheon is the only responsible source capable of meeting the Government�s minimum needs. This synopsis is published for informational purposes only and is not a request for competitive proposals. Per FAR 10.002 (d) (2), the Government does NOT intend to use the provisions of FAR Part 12 for this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f4f019501d004b6e9ff31e1f59f6abd1/view)
- Place of Performance
- Address: Forest, MS 39074, USA
- Zip Code: 39074
- Country: USA
- Zip Code: 39074
- Record
- SN07432948-F 20250508/250506230054 (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 |