SOLICITATION NOTICE
14 -- Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker Raytheon Corporate BOA N0001925G0009
- Notice Date
- 7/16/2025 12:37:03 PM
- 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
- NORFPREQ-PMA-201-BOA
- Response Due
- 8/1/2025 8:59:00 PM
- Archive Date
- 08/16/2025
- Point of Contact
- Rachel King, Lauren Ivancik
- E-Mail Address
-
rachel.m.king37.civ@us.navy.mil, lauren.m.ivancik.civ@us.navy.mil
(rachel.m.king37.civ@us.navy.mil, lauren.m.ivancik.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. Naval Air Systems Command (NAVAIR) intends to issue multiple Fixed Price (FP) and Cost-Reimbursable type orders, on a Sole Source basis, for supplies and services in support of PMA-201, Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker programs in support of the United States (U.S.) Navy and Foreign Military Sales (FMS) customers under Basic Ordering Agreement (BOA) N00019-25-G-0009 to Raytheon Missiles & Defense (RMD). Places of performance will include Tucson, AZ 85756-9367 and McKinney, TX 75070-2813. Each order will be synopsized on the SAM.gov website. Supplies and services for the JSOW program include spares, repairs, support and ancillary equipment for Joint Standoff Weapon (JSOW) All Up Rounds (AURs) for U.S. Navy (USN) and Foreign Military Sales (FMS) customers, production of JSOW AURs, JSOW test vehicles, JSOW Dummy Air Training Vehicles (DATMs), JSOW Captive Air Training Vehicles (CATMs), support tasks related to Link-16 cryptographic modernization and obsolescence, ordnance assessment, Common Weapon Planning Environment integration support for all weapons, engineering/feasibility studies and investigations, software development, logistics studies, ground tests, training support/development, upgrades to support equipment, special tooling and test equipment; engineering studies, analyses or ECPs; technical support for testing, weapon/aircraft integration design and support; the manufacture, assembly, installation and test of breadboards and/or prototypes; and weapon/GFE repair to include the furnishings of materials and services necessary to repair, inspect, modify, and/or return to ready-for-issue condition items of Government property. Supplies and services for the HWS SLEP Seeker program include repairs, spares procurements, spares recommendations, maintaining Government Furnished Equipment (GFE) Support Equipment in support of SLEP Seeker repairs/testing, engineering studies, and analyses or Engineering Change Proposals (ECPs). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis, under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Unless stated herein, no additional information is available. Requests for the same will be disregarded. Responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement which shall be considered by the agency. The Government will consider all information received by the response date. A determination by the Government not to compete this effort is solely within the discretion of the Government. GENERAL INFORMATION: RMD is the sole designer, developer and manufacturer for JSOW weapon system and SLEP Seekers and as such, is the only company that has the requisite knowledge, technical expertise, production tooling, facilities and technical data necessary to meet these requirements. Subcontracting opportunities may be available and should be sought directly from RMD at the following addresses: Raytheon Missile & Defense, 1151 E. Hermans Road, Tucson, AZ 85756-9367 and 2501 W. University Drive, McKinney, TX 75070-2813. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. The 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18c874269cf7471782ef8705ba386244/view)
- Place of Performance
- Address: Tucson, AZ, USA
- Country: USA
- Country: USA
- Record
- SN07511710-F 20250718/250716230048 (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 |