SOLICITATION NOTICE
J -- SOLE SOURCE- SUPPLIES/SERVICES IN SUPPORT OF ALQ-99, ALQ-240, NEXT GENERATION JAMMER � LOWBAND (NGJ-LB), P-8A POSEIDON, AND COMPONENTS UTILIZED IN THE P-8A ALQ-240 & EA-18G GROWLER AIRCRAFT AIRBORNE ELECTRONIC ATTACK (AEA) SUITE
- Notice Date
- 9/16/2025 4:36:40 AM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426RWS87
- Response Due
- 10/1/2025 1:00:00 PM
- Archive Date
- 10/16/2025
- Point of Contact
- Megan Regan
- E-Mail Address
-
megan.m.regan2.civ@us.navy.mil
(megan.m.regan2.civ@us.navy.mil)
- Description
- N0016426RWS87�SOLE SOURCE- SUPPLIES/SERVICES IN SUPPORT OF ALQ-99, ALQ-240, NEXT GENERATION JAMMER � LOWBAND (NGJ-LB), P-8A POSEIDON, AND COMPONENTS UTILIZED IN THE P-8A ALQ-240 & EA-18G GROWLER AIRCRAFT AIRBORNE ELECTRONIC ATTACK (AEA) SUITE � PSC J059 - NAICS 334511 Issue Date: 16 September 2025 � Closing Date: 01 October 2025� 4:00 PM EDT Naval Surface Warfare Center, Crane Division (NSWC Crane) intends to issue a five-year Basic Ordering Agreement (BOA) for procurement of supplies and services in support of the ALQ-99 Tactical Jamming System (TJS), Next Generation Jammer � Lowband (NGJ-LB), P-8A Poseidon Aircraft ALQ-240 Electronic Support Measures (ESM) and P-8A Anti-Submarine Warfare (ASW), ALQ-240 ESM Select Components, and Select Components utilized in the EA-18G Growler Aircraft Airborne Electronic Attack (AEA) Suite. These electronic warfare systems are installed on the US Navy EA-18G Growler aircraft, P-8A Poseidon aircraft and other EW platforms. Anticipated supplies include but are not limited to: Weapon Replaceable Assemblies (WRAs), Shop Replaceable Assemblies (SRAs), sub-SRAs, bit/piece parts, test equipment, and ancillary equipment. Anticipated services include but are not limited to: Engineering and technical support, redesigns, product improvements, upgrades, system and subsystem integration, engineering analyses, documentation (e.g. drawings, data, and software), and repair. This effort is anticipated to be conducted on a sole source basis in accordance with statutory authority permitting other than full and open competition 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. NSWC Crane located at Naval Support Activity, Crane, IN intends to award a BOA on a sole source basis to CAES Systems LLC. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. Solicitations and amendments for this sole source action will not be posted to Sam.gov and are available only from the POC identified below. Companies interested in subcontracting opportunities should contact CAES Systems LLC (305 Richardson Rd., Lansdale, PA 19446-1495) directly. Inspection and acceptance are anticipated to be at destination by Government representative at the ship to address. Request for proposal will not be made available through http://www.sam.gov. The request for proposal will be provided to CAES Systems LLC through electronic mail. The proposed noncompetitive contract action is anticipated to be awarded under FAR part 15, Contracting by Negotiation. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The anticipated contract action award date is 8 May 2026. Special Notice: Sources sought notice N0016425SNB85 was previously posted to Sam.gov. Questions or inquiries should be directed to Megan Regan, Code 0242, e-mail megan.m.regan2.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/082c6940c95b41f1b3ba3c9e8ddcacd2/view)
- Place of Performance
- Address: IN, USA
- Country: USA
- Country: USA
- Record
- SN07592421-F 20250918/250916230041 (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 |