Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
SOLICITATION NOTICE

58 -- Advance Cockpit System (ACS) LTC

Notice Date
9/8/2025 5:09:34 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038325R008C
 
Response Due
9/22/2025 1:30:00 PM
 
Archive Date
10/07/2025
 
Point of Contact
CHRISTOPHE J. LETTS JR, N781.14, PHONE (215)697-1249, FAX (215)697-0491, EMAIL CHRISTOPHER.J.LETTS@NAVY.MIL
 
E-Mail Address
CHRISTOPHER.J.LETTS@NAVY.MIL
(CHRISTOPHER.J.LETTS@NAVY.MIL)
 
Description
NAVSUP Weapon System Support intends to solicit for a new three-year base with two, one-year options indefinite delivery, requirements type long term contract (LTC). The proposed contract actions is for the repair for 4 parts within the Advanced Cockpit System (ACS); Large Area Display (LAD), Low-profile Heads up Display (LPHUD), Control Panel, and Camera of the F/A-18 E/F and E/A-18G aircraft. These items are listed in the attachment A accompanying this notice. Elbit Systems of America (0WEC9) is the original equipment manufacturer (OEM) for these items. Boeing (0PXV4) will be acting as the prime contractor and integrator for this planned action. The OEM and Prime are the only known sources to possess the full capabilities, complete data, drawings to repair these items. The Government does not possess the rights to this data. The maximum period of performance for this effort will not exceed 5 years. The Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C.3204(a)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Absent Government approval of additional sources prior to award, the Government intends to negotiate a contract for this effort with The Boeing Company, located in St. Louis, MO (0PXV4). The government does not possess (or cannot provide) the data necessary to perform the required repairs or manufacture of the items. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is 336413. One or more of the items under this acquisition is subject to the Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement and Free Trade Agreements. All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all responses received within 15 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source Approval is required prior to award. An alternate source must qualify in accordance with the design control activity�s procedures, as approved by the cognizant Government engineering activity WSS will not delay award while Source Approval is pending. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair and/or Spares. This brochure identifies technical data required to be submitted based on your company's experience in repair of the same or similar items. This brochure can be obtained at: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Business-Opps/ If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your response a copy of the cover letter that forwarded your request for source approval. Responses received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement will continue based on Fleet support needs. For any questions concerning this notice, contact the PCO, Christopher Letts, at Christopher.j.letts2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9fd8c91da4e74ac88a0da7a36389844c/view)
 
Place of Performance
Address: PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN07582177-F 20250910/250908230045 (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.