Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SOLICITATION NOTICE

14 -- Redesign Analysis of the Tomahawk Missile Gas Generator Ignition System (GGIS)

Notice Date
1/8/2024 7:58:18 AM
 
Notice Type
Presolicitation
 
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
N00019-23-RFPREQ-WPM280-0283
 
Response Due
1/8/2024 2:00:00 PM
 
Archive Date
01/23/2024
 
Point of Contact
Drew Moreland, Elizabeth A. Greer
 
E-Mail Address
drew.r.moreland.civ@us.navy.mil, elizabeth.a.greer14.civ@us.navy.mil
(drew.r.moreland.civ@us.navy.mil, elizabeth.a.greer14.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Tomahawk Weapons System Program Office (PMA-280), intends to issue a sole source Delivery Order to Raytheon Missiles and Defense (RMD), 1151 E Hermans Rd, Tucson, AZ 85756-9367 for the redesign analysis of the Tomahawk missile Gas Generator Ignition System (GGIS) under Basic Ordering Agreement (BOA) N00019-20-G-0007. This contract�is being 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) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Unless stated herein, no additional information is available. Requests for the same will be disregarded. A determination by the Government not to compete this effort is solely within the discretion of the Government. RMD is the sole integrator of the GGIS for the Tomahawk missile, and as such, is the only known source available with the requisite technical knowledge, experience, and tooling to produce the requirements described herein to satisfy the Government's requirement. Accordingly, RMD is the only known qualified, responsible source that can fulfill the requirements specified herein. Subcontracting opportunities may be available and should be sought directly from RMD, via Benjamin Lodge, Molly Stooksbury, & Danielle Oakley,�email: benjamin.j.lodge@rtx.com; molly.stooksbury@rtx.com; and danielle.oakley@rtx.com. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a delivery order for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Point of contact for this synopsis is Drew Moreland and Elizabeth Greer. Responses to this synopsis should be sent by email to�drew.r.moreland.civ@us.navy.mil and elizabeth.a.greer14.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2fa81711889d4323bec2ccecc2f25976/view)
 
Place of Performance
Address: Tucson, AZ, USA
Country: USA
 
Record
SN06929697-F 20240110/240108230045 (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.