Search Contract Opportunities

Air Traffic Control & Landing Systems Division Navy Precision Approach and Landing Systems Basic Ordering Agreement

ID: N00421-24-RFPREQ-4K0000T-1294 • Type: Sources Sought

Description

INTRODUCTION

The Naval Air Warfare Center Aircraft Division Webster Outlying Field (NAWCAD WOLF) is seeking information regarding the capabilities of potential sources for hardware, engineering services, and technical services including fabricating, retrofitting, upgrading, investigating, developing, designing, evaluating, validating, improving, repairing, restoring, modifying, replacing, and packaging in support of Navy Precision Approach and Landing Systems (PALS). The intention of this sources sought is for market research purposes pursuant to Federal Acquisition Regulation (FAR) Part 10. Responses to this sources sought will be utilized to determine the government's acquisition strategy.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

PROGRAM BACKGROUND

This requirement is a follow on to contract N00421-20-G-0006 for the Collins Aerospace Government Systems Original Equipment Manufacturer (OEM) support on PALS components. This requirement extends the performance for NAWCAD WOLF to continue In Precision Approach and Landing Systems (PALS).

The attached draft SOW provides additional information about the required tasking.

The contract type anticipated for this requirement is a single-award, basic ordering agreement contract for supplies and services with firm-fixed-price and cost-plus-fixed-fee task orders. Task Order award is currently anticipated to occur in September of 2025.

REQUIRED CAPABILITIES

These efforts will include the services and supplies associated with the fabrication, modification, repair and replacement of specified components, assemblies and associated hardware required to support Navy Precision Approach and Landing Systems (PALS), Joint Precision Approach and Landing Systems (JPALS), Automated Aerial Refueling (AAR), Unmanned Combat Aerial Systems (UCASS), Unmanned Carrier-Launched Airborne Surveillance and Strike (UCLASS), and Rockwell Collins navigation and communication equipment.

These requirements will also entail engineering, upgrades, restoration, maintenance, and fleet support activities to return the system to a level of serviceability comparable to a new system and/or meet new requirements. This effort shall include previously produced and delivered navigation and communication systems and equipment comprised of fault isolation, assembly, disassembly, and refurbishment of parts, components, assemblies, and material associated with the navigation and communication systems. In addition, technical and engineering support for the systems Fleet Support Team (FST) and the In Service Engineering Activity (ISEA) will be required to assist them in their efforts to support Department of Defense (DoD) utilizing the navigation and communication systems.

ELIGIBILITY

The applicable North American Industry Classification (NAICS) code for this requirement is 541330, Exception A - Military and Aerospace Equipment and Military Weapons. The product service code (PSC) is AC33.

SUBMISSION DETAILS

Interested vendors should submit their capabilities statement in a document of no more than four (4) pages containing no smaller than ten-point font. This document shall demonstrate the capability to meet the required capabilities noted in this posting, including specifically addressing each of the capabilities in items a-e above. Additionally, all responses shall include Company Name, CAGE Code, Address, Business Size, and Points-of-Contact (POCs) including name, phone number, fax number and mailing address.

All responses to this sources sought shall be submitted electronically to Melissa A. Pohler, melissa.a.pohler.civ@us.navy.mil by 12 December 2024.

Background
The Naval Air Warfare Center Aircraft Division – Webster Outlying Field (NAWCAD WOLF) is seeking information regarding the capabilities of potential sources for hardware, engineering services, and technical services in support of Navy Precision Approach and Landing Systems (PALS).

This requirement follows contract N00421-20-G-0006 for Collins Aerospace Government Systems OEM support on PALS components. The goal is to continue providing essential support for PALS and related systems.

Work Details
The contractor will provide hardware, engineering services, and technical services including: fabricating, retrofitting, upgrading, investigating, developing, designing, evaluating, validating, improving, repairing, restoring, modifying, replacing, and packaging components for Navy PALS.

Specific tasks include:
1. Fabrication and modification of specified components and assemblies.
2. Engineering upgrades and restoration to meet new requirements or return systems to serviceability comparable to new systems.
3. Fault isolation and refurbishment of navigation and communication systems.
4. Technical support for the Fleet Support Team (FST) and In-Service Engineering Activity (ISEA).
5. Support for Automated Aerial Refueling (AAR), Unmanned Combat Aerial Systems (UCASS), Unmanned Carrier-Launched Airborne Surveillance and Strike (UCLASS), and Rockwell Collins navigation equipment.

Period of Performance
The anticipated period of performance will be defined at the individual order level with task order awards expected to occur in September 2025.

Place of Performance
The work will be performed at various locations within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) as required.

Overview

Response Deadline
Dec. 12, 2024, 2:00 p.m. EST Past Due
Posted
Nov. 27, 2024, 2:43 p.m. EST
Set Aside
None
Place of Performance
Patuxent River, MD United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Low
Odds of Award
42%
Vehicle Type
Basic Ordering Agreement
On 11/27/24 NAWC Aircraft Division issued Sources Sought N00421-24-RFPREQ-4K0000T-1294 for Air Traffic Control & Landing Systems Division Navy Precision Approach and Landing Systems Basic Ordering Agreement due 12/12/24. The opportunity was issued full & open with NAICS 541330 and PSC AC33.
Primary Contact
Name
Melissa Pohler   Profile
Phone
(240) 561-0494

Secondary Contact

Name
Jennifer Lundburg   Profile
Phone
None

Documents

Posted documents for Sources Sought N00421-24-RFPREQ-4K0000T-1294

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00421-24-RFPREQ-4K0000T-1294

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-24-RFPREQ-4K0000T-1294

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-24-RFPREQ-4K0000T-1294

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Dec. 27, 2024
Last Updated By
melissa.a.pohler.civ@us.navy.mil
Archive Date
Dec. 27, 2024