Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

J -- E-6B �High Power Transmit System (HPTS) Depot Level Technical Evaluation

Notice Date
6/18/2025 8:21:04 AM
 
Notice Type
Presolicitation
 
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
N00019-25-RFPREQ-APM271-0055
 
Response Due
7/3/2025 8:59:00 PM
 
Archive Date
07/18/2025
 
Point of Contact
Lisa Troccoli, Bezeyem Lemou
 
E-Mail Address
lisa.j.troccoli.civ@us.navy.mil, bezeyem.lemou.mil@us.navy.mil
(lisa.j.troccoli.civ@us.navy.mil, bezeyem.lemou.mil@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), intends to enter into sole source negotiations and subsequently award a Task Order (TO) which includes a combination of Firm Fixed Price (FFP) and Cost Reimbursement type Contract Line Item Numbers to Rockwell Collins, DBA Collins Aerospace Government Systems Division , CAGE 13499. The TO will be issued under Basic Ordering Agreement (BOA) N0001924G0017 for depot level technical evaluation of the High Power Transmit Set (HPTS), Dual Trailing Wire Assembly (DTWA) hydraulic and mechanical systems. The Task Order will include the following: Program management, options for HPTS flush services, options for Over and Above repair, options for repair materials and labor, travel, and data deliverables. The services will be performed at Tinker Air Force Base in Oklahoma City, OK. The order will have a 12-month base and four additional 12-month option years. The anticipated contract award date is 30 November 2025. The authority permitting other than full and open competition is provided by 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source. This action is a follow-on to a previously awarded order to Rockwell Collins for the same highly specialized services and Rockwell Collins is the only responsible source and no other supplies or services will satisfy agency requirements. Based on FAR 6.302-1(a)(2)(iii), award to any other source would result in unacceptable delays in fulfilling the agency�s requirement. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS and a solicitation for such will not be issued. However, the Government shall consider all capability statements, proposals, or quotations received within fifteen (15) days after the publication date of this synopsis. A determination by the Government not to compete this effort is solely within the discretion of the Government. Companies interested in subcontracting opportunities should reach out directly to Rockwell Collins, Inc.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d3b17bbe15d84c19bbc9167ce3741802/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN07482375-F 20250620/250618230332 (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.