Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOURCES SOUGHT

14 -- Class Sources Sought for PMA 201 Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker Raytheon Corporate BOA N0001925G0009

Notice Date
6/2/2025 8:28:42 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-NORFPREQ-PMA-201-BOA
 
Response Due
6/18/2025 8:59:00 PM
 
Archive Date
07/03/2025
 
Point of Contact
Rachel King, Lauren Ivancik
 
E-Mail Address
rachel.m.king37.civ@us.navy.mil, lauren.m.ivancik.civ@us.navy.mil
(rachel.m.king37.civ@us.navy.mil, lauren.m.ivancik.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
DISCLAIMER THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT IS BEING PUBLISHED AS A MARKET RESEARCH TOOL AND IS FOR INFORMATIONAL PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. HOWEVER, RESPONSIBLE, INTERESTED PARTIES MAY IDENTIFY THEIR INTEREST AND CAPABILITY BY RESPONDING TO THIS NOTICE. THE GOVERNMENT WILL CONSIDER ALL INFORMATION RECEIVED PRIOR TO THE CLOSING DATE OF THIS NOTICE. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. THE GOVERNMENT WILL NOT PAY FOR ANY RESPONSES RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. This Sources Sought notice is being posted to satisfy the requirements of Defense Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 206.302-1. The Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, intends to issue multiple sole source Firm Fixed Price (FFP) and Cost plus Fixed Fee (CPFF) Orders for the PMA-201 JSOW and HWS SLEP Seeker programs in support of the United States (U.S.) Navy and Foreign Military Sales (FMS) customers under Basic Ordering Agreement (BOA) N0001925G0009 to Raytheon Company (RAY), Tucson, AZ and McKinney, TX for the life of the BOA. This BOA and the efforts procured under it is anticipated to be pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This BOA is anticipated to be awarded no later than 31 August 2025. Orders are anticipated to procure the following: JSOW: Supplies and services, including spares, repairs, support and ancillary equipment for JSOW All Up Rounds (AURs), Production of JSOW AURs, JSOW test vehicles, JSOW Dummy Air Training Vehicles (DATM), JSOW Captive Air Training Vehicles (CATM) Support tasks related to Link-16 cryptographic modernization and obsolescence, Ordnance assessments, Common Weapon Planning Environment integration support for all weapons, Engineering/feasibility studies and investigations, Software development, Logistics studies, Ground tests, Training support/development, Upgrades to support equipment, Special tooling and test equipment, Engineering studies, Analyses or Engineering Change Proposals (ECPs), Technical support for testing, Weapon/aircraft integration design and support, The manufacture, assembly, installation and test of breadboards and/or prototypes, Weapon/Government Furnished Equipment (GFE) repair to include the furnishings of materials and services necessary to repair, inspect, modify, and/or return to ready-for-issue condition items of Government property. SLEP Seekers: Supplies and services, including spares procurement, spares recommendations, repairs, support and ancillary equipment for HWS SLEP Seekers, Maintaining GFE Support Equipment in support of SLEP Seeker repairs/testing, Engineering studies, Analyses or ECPs. The applicable NAICS code is 336414, and the Product Service Code (PSC) is 1410. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. Place of Performance will include: Tucson, AZ 85756 and McKinney, TX 75070 USA. This is a follow-on requirement. The incumbent contractor is: Raytheon Company. Interested businesses shall submit a brief capabilities statement package, no more than (20) pages, demonstrating their ability to perform the capabilities described herein no later than the closing date of this notice. Capabilities statement packages shall be sent by email to rachel.m.king37.civ@us.navy.mil. All responses shall include Company Name, Company address, Company business size, and Points of Contact including name, phone number and email address. Submissions must be received by the email cited by 1500 Eastern Standard Time on the close date of this notice. No phone calls will be accepted. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer Lauren Ivancik or Contract Specialist Rachel King at the email addresses identified in this notice. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbd04af13ba6422b9e18f1563b1bc208/view)
 
Place of Performance
Address: Tucson, AZ 85756, USA
Zip Code: 85756
Country: USA
 
Record
SN07462609-F 20250604/250602230045 (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.