SOLICITATION NOTICE
A -- F/A-18 Weapons Integration Service Contract CY24-28
- Notice Date
- 6/21/2023 7:12:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N00019-23-RFPREQ-PMA-265-0030
- Response Due
- 7/6/2023 2:00:00 PM
- Archive Date
- 07/07/2023
- Point of Contact
- Reannda Bill, Phone: 3013427856
- E-Mail Address
-
reannda.l.bill.civ@us.navy.mil
(reannda.l.bill.civ@us.navy.mil)
- Description
- The Naval Air Systems Command intends to issue a cost plus fixed fee (CPFF), sole source standalone indefinite delivery indefinite quantity (IDIQ) contract to the Boeing Company for weapons integration services for the F/A-18 and EA-18G, which will require Boeing to design, develop, and implement upgrades to software and ancillary hardware. The deliverables for this effort will include engineering analysis, test benches, test related hardware modifications, weapons replaceable assemblies, software models, Configuration Data Sets for Universal Armament Interface weapons, and studies. Other deliverables include system improvement and demonstration products such as proposed prototypes, pre-production products, and support equipment enhancements or simulations and models of weapons systems. The ordering period for this effort will be five years. This synopsis is for informational purposes only. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Government intends to negotiate the contract under the authority of FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. The North American Industry Classification Systems (NAICS) code for the action described herein is 541330.� GENERAL INFORMATION: The Boeing Company is the original designer, developer, manufacturer and integrator of the F/A-18A-D, F/A-18E/F, and EA-18G aircraft in its various configurations and is the only known source with the knowledge, expertise, facilities, and qualified personnel necessary to accomplish this effort. This is an on-going effort with Boeing. For subcontracting opportunities, The Boeing Company can be contacted at http://www.boeingsuppliers.com/esd/getstart.html The Contractor shall have USN-equivalent facilities and lab equipment to plan, execute, and report flight tests for weapons and stores being integrated onto all F/A-18 and EA-18G Type/Model/Series (T/M/S) for both Domestic and Foreign Military aircraft. Flight test requirements include, but are not limited to: Flutter Tests, Aircraft Flight Loads Tests, Noise & Vibration (N&V) Tests, Aircraft Flying Qualities (FQ) and Performance Tests, Store Separation and Jettison Tests, Aircraft Electrical Loads Tests in accordance with MIL-E-7016, Aircraft Ground Loads Tests, and Aircraft Wind Tunnel Tests. Contractor facilities shall also comply with all security requirements for Controlled Unclassified Information access and handling. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above.� Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/87a67530d52b40c79433c75b49ff91a3/view)
- Place of Performance
- Address: Saint Louis, MO 63134-1939, USA
- Zip Code: 63134-1939
- Country: USA
- Zip Code: 63134-1939
- Record
- SN06722264-F 20230623/230621230114 (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 |