Search Contract Opportunities

FY19-21 Tomahawk Cruise Missiles Recertification Operations

ID: N00019-17-R-0122 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The purpose of this notice is to inform interested parties that the Naval Air Systems Command (NAVAIR), Patuxent River, Maryland intends issue a sole source Indefinite Delivery Indefinite Quantity (IDIQ) Contract containing both Firm Fixed Price and Cost Reimbursement items to Raytheon Missile Systems, 1151 East Hermans Road, Tucson, Arizona for the FY19-21 Tomahawk Cruise Missiles Recertification Operations. Raytheon is the sole manufacturer of the Tomahawk Missile System. The requirement is for Recertification and Modernization of the Tactical Tomahawk Block IV All-Up-Round (TACTOM AUR) Missiles; Composite Capsule Launching Systems (CCLS) Capsules remanufacture/refurbishment and repair; Procurement of modernization kits; TACTOM Spares and/or replacement components, including rotable pool assets; Repair, upgrade and procurement of Government Special Tooling, and Special Test Equipment; Upgrades, obsolescence and support of Government Furnished Property (GFP), and Hardware-in-the-Loop (HWIL) such as System Integration Lab (SIL), Special Tooling, and Special Test Equipment; Simulations and maintenance of simulation software and data; Missile Operational Embedded Software maintenance; Missile conversions to flight test configuration; Pre-test, test, and post-test support for Tomahawk Flight Tests and Functional Ground Tests; Procurement of Mid-body Range Safety Systems (MRSS) and Flight Test Kits; Flight abort/anomaly/failure investigations and analysis; Preparing and conducting training courses; Upgrades, support and/or procurement of Guidance Test Sets (GTS); Cost reduction and affordability improvements; Obsolescence management, resolution of subsystem/component obsolescence, and implementation of obsolescence solutions for: TACTOM Block IV AUR missile hardware, MRSS Kits, Flight Test Kits, CCLS, Guidance Test Sets and associated tooling and test equipment; Systems engineering, logistics support, emergent systems engineering studies and other related efforts and tests; Technical and administrative data and documentation; Over and above repair for rejected warranty missiles; Unscheduled maintenance or over and above work for all missile variants, and repair of components (not covered under the TACTOM Block IV production warranty); Magazine storage; Service Life Assessment Program; Related Engineering Support Services; Integrated logistics services and other related efforts; Block III AUR demilitarization preparation; Production Shutdown and all related demilitarization activities. The Period of Performance (PoP) anticipated for this effort will be 12 months, with two options for 12 months each, for a total anticipated PoP of 36 months. Raytheon point of contact for subcontracting opportunities is Veronica Harper at (520) 663-8839. RMS is the only known source capable of accomplishing this requirement in the required timeframe and without duplication of costs. RMS solely possesses the current configuration and manufacturing data for the Tomahawk Cruise Missile required to complete these efforts. All responsible sources may submit a capability statement, which shall be considered by the agency. The data associated with the Tomahawk Missile is export controlled and is not available to foreign sources or representatives. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Responses to this notice can be sent via email directly to Tammy Jackson at Tammy.Jackson@navy.mil.

Overview

Response Deadline
Nov. 29, 2017, 11:59 p.m. EST Past Due
Posted
Oct. 16, 2017, 1:18 p.m. EDT
Set Aside
None
Place of Performance
TUCSON, AZ USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
34%
Vehicle Type
Indefinite Delivery Contract
On 10/16/17 Naval Air Systems Command issued Presolicitation N00019-17-R-0122 for FY19-21 Tomahawk Cruise Missiles Recertification Operations due 11/29/17. The opportunity was issued full & open with NAICS 336414 and PSC 14.
Primary Contact
Title
Contract Specialist
Name
Tammy C Jackson   Profile
Phone
(301) 757-5938

Secondary Contact

Title
Procuring Contracting Officer
Name
Erin Bailey   Profile
Phone
(301) 757-5964

Documents

Posted documents for Presolicitation N00019-17-R-0122

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N00019-17-R-0122

Contract Awards

Prime contracts awarded through Presolicitation N00019-17-R-0122

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-17-R-0122

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-17-R-0122

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
April 30, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 30, 2019