Inactive
Notice ID:N00019-21-TPM-265-RFP-REQ-0773v1
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure the Non-Recurring Engineering necessary to modify/redesign the F/A-18E/F Infrared Search and Track (IRST...
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure the Non-Recurring Engineering necessary to modify/redesign the F/A-18E/F Infrared Search and Track (IRST) Block II Integrated Detector Assembly (IDA). The Block II IDA obsolescence redesign, when integrated into the Block II IR Receiver, shall be designed such that the Block II IRST System continues to meet the requirements specified in the IRST Performance Specification. The effort with include a base period of performance and options. The procurement is being pursued on a sole source basis under the statutory authority of 10 USC 2304 (C)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” As the contractor for the IRST system, Lockheed Martin has the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required. This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, contact LMC at (972) 603-2950.