AWARD
58 -- Infrared Search and Track (IRST) Full Rate Production 1 (FRP 1) � Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs)
- Notice Date
- 1/13/2026 9:42:22 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
- N00019-24-RFPREQ-TPM265-0513
- Archive Date
- 01/28/2026
- Point of Contact
- Jessica Myers, Shannon K Bromiley
- E-Mail Address
-
jessica.v.myers.civ@us.navy.mil, shannon.k.bromiley@navy.mil
(jessica.v.myers.civ@us.navy.mil, shannon.k.bromiley@navy.mil)
- Award Number
- N0001925C0009
- Award Date
- 09/30/2025
- Awardee
- LOCKHEED MARTIN CORPORATION Orlando FL 32819 USA
- Award Amount
- 233000000.00
- Description
- The Naval Air Systems Command (NAVAIR) at Patuxent River, MD awarded a firm-fixed-price contract N0001925C0009 to Lockheed Martin Missiles and Fire Control, 5600 Sand Lake Road, MP-945 Orlando, Florida 32819. This order procures 59 Infrared Receivers (20 for the Navy, 31 for the Naval Supply Command (NAVSUP), and eight (8) for the Air National Guard (ANG)), 45 Processors (20 for the Navy, 17 for NAVSUP, and eight (8) for ANG), and 20 Inertial Measurement Units for the Navy. The NAVY will also acquire Special Tooling Equipment (STE). This award was on a sole-source basis. As the designer, developer and manufacturer Lockheed Martin is the only source with the requisite knowledge, experience, and technical data required to successfully perform this effort. In addition, an award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The statutory authority permitting other than full and open competition is 10 U.S.C. � 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1: ""Only one responsible source and no other supplies or services will satisfy agency requirements,"" and more specifically 10 U.S.C. � 2304(d)(1)(B) as implemented by FAR 6.302-1(a)(2)(ii): ""Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when 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 in competition; or (B) Unacceptable delays in fulfilling the agency's requirements."" This effort is covered under the Class Justification and Approval (CJ&A) number CJ&A 21-0252, dated 09-Mar-2022. This synopsis is for informational purposes only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f36819430197407fb3e186812db2f4c3/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN07684812-F 20260115/260113230035 (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 |