SOLICITATION NOTICE
58 -- AN/APX-119 Identify Friend or Foe (IFF)
- Notice Date
- 9/11/2025 11:52:35 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8540 AFLCMC HBKB ROBINS AFB GA 31098 USA
- ZIP Code
- 31098
- Solicitation Number
- FA8540-25-R-B004
- Response Due
- 9/26/2025 1:00:00 PM
- Archive Date
- 10/11/2025
- Point of Contact
- 1st Lt Alex Pham, Phone: 4787332608, Antwan Thomas, Phone: 4784722201
- E-Mail Address
-
alex.pham@us.af.mil, Antwan.thomas@us.af.mil
(alex.pham@us.af.mil, Antwan.thomas@us.af.mil)
- Description
- This statement provides notice of the United States Government�s (USG) intent to award a primarily Firm-Fixed Price contract for APX-119 Identify Friend-Or-Foe Transponder. This contract supports the United States Government�s (USG) APX-119 Identify Friend-or-Foe (IFF) Transponder. The statutory authority allowing other than full and open competition is FAR 6.302-1, 10 U.S.C. 3204(a)(1), Only One Responsible Source. Raytheon Intelligence & Space (CAGE 06845) is the only Contractor with the specialized test equipment and technical capability required for producing, troubleshooting, and testing these assets. The Government does not own any of the data rights to this transponder, making Raytheon, the OEM, uniquely qualified to perform the work. The intent of this Synopsis, in accordance with FAR 5.201, is to establish a subsumable sole source contract against the already established umbrella contract with RTX Corporation, SPRBL1-25-D-0006. Market research suggests that RTX Corporation business affiliate, Raytheon Company, CAGE Code 06845, is the sole approved source capable of providing the required APX-119 IFF transponder products. SPRBL1-25-D-0006 is a twenty (20) year Umbrella contract establishing the terms and conditions for the support of sole source RTX Corporation requirements. The contract was awarded on August 1, 2025 and ends on July 31, 2045. The contract maximum ceiling is $50B. The proposed effort will result in the award of a new Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) contract line-item numbers (CLINs). The contract is structured for a five-year period, consisting of a one-year basic and four one-year pre-priced ordering periods. Based on the projected award date, orders may be issued from 1 April 2026 through 31 March 2031. The contract will include FAR 52.217-8, �Option to Extend Services,� which allows for an extension of up to six months to the period of performance of task orders. Any extension exercised under this clause will involve the same scope of work as the original task order(s) and will therefore be considered in-scope. The Contractor will be responsible for providing Original Equipment Manufacturer (OEM)-compliant products and services, ensuring on-time delivery of both routine and critical items, implementing a Counterfeit Prevention Plan, timely incident reporting, maintaining qualified personnel and staffing, supporting program risk management, and maintaining effective communication with both the Government Program Office and the System Program Office (SPO). SOLICITATION WILL BE ISSUED 15 DAYS OR THEREAFTER FROM THIS NOTICE. However, Interested Party of Person(s) may identify their interest and capability to respond to the requirement or submit a proposal(s). This notice of intent is not a request for competitive proposals. All proposals received within the 30 days after issuance of solicitation, or 45 days after the publication date of the synopsis will be considered. OMBUDSMAN: All potential offeror(s) should contact the Primary Point of Contact listed in this notice for additional information and/or to communicate concerns, if any, concerning this acquisition. If the contracting officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious Contractor concern, issues, disagreements, and recommendations to appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate potential offeror(s) may contract Nicole Furlough at nicole.furlough@us.af.mil or 478-222-1088. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. The following Contract Line Items (CLINs) will be awarded on the basic contract/instant action in Schedule B: X001 Supply-Spares (FFP) X002 Supply -Upgrades (FFP) X003 Supply- Software Upgrades (FFP) X004 Service (CDRLS) (NSP)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/caa1f27cff894957afd27f72c3e99d63/view)
- Place of Performance
- Address: Largo, FL, USA
- Country: USA
- Country: USA
- Record
- SN07587719-F 20250913/250911230052 (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 |