Search Contract Opportunities

Synopsis for Various E-6B Platform Requirements   2

ID: N00019-24-RFPREQ-APM271-0286-Synopsis • Type: Presolicitation

Description

Posted: April 4, 2024, 4:30 p.m. EDT

The Naval Air Systems Command (NAVAIR) intends to negotiate and award a Basic Ordering Agreement (BOA) with Collins Aerospace (Cedar Rapids, IA), with an ordering period not to exceed five years for the support of the E-6B platform for the Mission Systems, Block I Systems, Sustainment and Support System (SASS), Very Low Frequency (VLF) System, Internet Protocol Bandwidth Expansion (IPBE) Phase 4 Control Display Unit (CDU), Digital Red Switch System (DRSS) Power Control System, ARC-171 R/T, High Power Amplifier, and C3 Modem, ARC-210 Radio, Antenna Reeling Machine (ATRM), Test Bench Nuclear Hardening (TBNH), GCU (Generator Control Unit), IDG (Integrated Drive Unit) to include Engineering Change Proposal (ECP), Non-Recurring Engineering (NRE) and associated validation and verification of the resulting technical directives including logistics impacts, manufacturing and delivery of retrofit kits, testing of retrofit safety and test equipment changes, integrated logistics support as well as spare and repair parts for aircraft, subsystems support equipment, training and related software; Sustaining engineering technical support, including Engineering Investigations (EIs), technical manuals and studies; Development, validation, verification, and/or revisions to technical publications/manuals, and technical directives (TDs); Obsolescence management requirements (Diminishing Manufacturing Sources and Material Shortages); Requalification efforts for subsystem/parts; Training; Secure system integration lab support for aircraft and mission subsystems; Test equipment modification and calibration; Technical data, Interactive Electronic Technical Manuals, Post Production Support Analysis; Unique support equipment; Integrated logistics support; Cybersecurity; Secure software development, integration, support and maintenance; Post production transition and shutdown planning; NRE, kit production, validation and verification kits and installs; Procurement and installation of aircraft kits, spares and production support assets; and Test, validation, evaluation and studies of aircraft cooling, weight, and power impacts for the modernization of airborne Very-low Frequency (VLF) communications systems. Collins Aerospace (cage code 13499) will furnish the necessary labor, technical expertise, facilities, test equipment, and material required to support this requirement. Collins Aerospace has been the sole designer, developer, and manufacturer of VLF systems installed on Navy aircraft since the early 1960's to include the EC-130Q, E-6A, and E-6B. Delivery/Task Orders anticipated to be place under this BOA will be under North American Industry Classification System (NAICS) codes 336413 and 488190 and Product Service Codes (PSC) 5999, 1680, AC13, 6910, J015, and R425.

This action is intended to be awarded on a sole source basis under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, " Only One Reasonable Source and No Other Type Of Supplies and Services Will Satisfy Agency Requirements". Collins Aerospace is the OEM and integrator of a significant number of mission systems for the E-6B platform.

This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will normally be considered solely for determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No phone inquiries will be entertained. Reponses shall be made in writing by email to the attention of Heather Geary Heather.L.Geary.civ@us.navy.mil.

Posted: April 2, 2024, 2:49 p.m. EDT

Overview

Response Deadline
April 17, 2024, 3:00 p.m. EDT Past Due
Posted
April 2, 2024, 2:49 p.m. EDT (updated: April 4, 2024, 4:30 p.m. EDT)
Set Aside
None
Place of Performance
IA United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
34%
Vehicle Type
Basic Ordering Agreement
On 4/2/24 Naval Air Systems Command issued Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis for Synopsis for Various E-6B Platform Requirements due 4/17/24. The opportunity was issued full & open with NAICS 336413 and PSC 5999.
Primary Contact
Name
Heather Geary   Profile
Phone
None

Secondary Contact

Name
Suresh Jafar   Profile
Phone
None

Documents

Posted documents for Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis

Incumbent or Similar Awards

Contracts Similar to Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-24-RFPREQ-APM271-0286-Synopsis

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
May 2, 2024
Last Updated By
suresh.jafar.civ@us.navy.mil
Archive Date
May 2, 2024