Search Contract Opportunities

Amendment 1: Establish a Basic Ordering Agreement (BOA) under which supplies and services can be procured in support of H-60 and various other programs, including, H-53, VH-92A, VH-3D, VH-60N, E-2C, E-2D, F/A-18A-G, P-8A, ASW, LGTR and LRASM   2

ID: N00019-22-RFPREQ-APM299-0161 • Type: Presolicitation
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

The Naval Air Systems Command (NAVAIR) intends to enter into a Basic Ordering Agreement (BOA) with Lockheed Martin Rotary and Mission Systems (LM RMS) and its subsidiaries and affiliates on a sole source basis for the procurement of supplies and services in support of various United States Navy (USN) and Foreign Military Sales (FMS) programs, including H-60 and all variants, H-53 and all variants, VH-92A, VH-3D, VH-60N, E-2C, E-2D, F/A-18A-G, P-8A, Air Anti-Submarine Warfare (ASW) Systems, Laser Guided Training Rounds (LGTR) and Long Range Anti-Surface Missile (LRASM). The procurements may include the following support. Support for H-60 and all variants includes ongoing retrofit integrations, Engineering Change Proposals (ECPs), reliability and sustainability improvements, and simulators and trainers. Support for H-53 for the supplies and services to provide technical and logistics support, program management, recurring and non-recurring engineering for ECPs in support of the CH-53K training simulators, devices, and aircraft, including retrofit and production forward fit tasks. Support for Presidential Helicopters (VH-92A, VH-3D, VH-60N) includes engineering analysis and support, management and technical support, logistics support, development of ECPs configuration changes, computer software, trade studies, training support and test support. Support for E-2C and E-2D includes ECPs for configuration changes and forward fit upgrades and/or retrofit kits, trade studies, software development/infrastructure support, testing and experimentation, engineering sustainment support, worldwide fleet engineering/technical support and in-country contractor engineering technical support. Support includes Air ASW Systems for Undersea Advantage (USA) / Next Generation Multistatic Active Coherent (NGMAC) for the Acoustic Subsystems Engineering Support, Sonobuoy Production ECPs and Support, High Altitude ASW (HAASW) Enablers Encryption Integration, and Acoustic Communications (ACOMMS) development and integration support. The LGTR Tasking may include the engineering sustainment efforts and integration efforts, support equipment, training, technical manuals, changes and directives, drawings, spares, repairs, non-recurring engineering (NRE) in support of ECPs; product improvement (PIP) including engineering analyses and investigations, test support, interoperability, cybersecurity and/or information assurance; software development and infrastructure support related to systems and subsystems originally developed and integrated by LM, hardware upgrades required to implement software updates, software upgrades and software license or subscription renewals; trade studies and other engineering analyses, and support for modifications for USN, and to meet country-unique requirements to include Field Service Representatives and In-Country Support for FMS customers. The LRASM tasking may include various upgrades including wing development, electro-optical/infrared and Inertial Measurement Unit enhancements; material obsolescence; software updates; follow-on support; capability improvement testing; ECPs; production support tasks; trade studies/engineering analysis; sustainment, product support; program management; logistics support; engineering and technical support; FMS; and other ancillary support. The projected ordering period is October 2023 through September 2028.

This action is intended to be awarded on a sole source basis LM RMS under the authority permitting other than full and open competition, Title 10, U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other type of Supplies or Services Will Satisfy Agency Requirements . LM RMS is a prime contractor or major subcontractor of H-60 and all variants, H-53 and all variants, VH-92A, VH-3D, VH-60N, E-2C, E-2D, F/A-18A-G, P-8A, Air ASW Systems, LGTR and LRASM. LM RMS is the only known source with the requisite knowledge, experience, expertise and proprietary technical and software data packages required to successfully perform these orders in a timely and cost efficient manner.

Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government will consider all proposals received within thirty days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Questions concerning subcontracting opportunities should be directed to Ms. Sheila Oechslin at (607) 751-6438 at LM RMS.

Overview

Response Deadline
Aug. 31, 2023, 5:00 p.m. EDT (original: Sept. 14, 2022, 5:00 p.m. EDT) Past Due
Posted
Aug. 30, 2022, 8:36 a.m. EDT (updated: Aug. 17, 2023, 7:26 a.m. EDT)
Set Aside
None
Place of Performance
Owego, NY 13827 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Sole Source
Odds of Award
34%
Vehicle Type
Basic Ordering Agreement
On 8/30/22 Naval Air Systems Command issued Presolicitation N00019-22-RFPREQ-APM299-0161 for Amendment 1: Establish a Basic Ordering Agreement (BOA) under which supplies and services can be procured in support of H-60 and various other programs, including, H-53, VH-92A, VH-3D, VH-60N, E-2C, E-2D, F/A-18A-G, P-8A, ASW, LGTR and LRASM due 8/31/23. The opportunity was issued full & open with NAICS 336413 and PSC J016.
Primary Contact
Name
Jessica L. Lee   Profile
Phone
(301) 757-5261

Secondary Contact

Name
Lynn E. Fletcher   Profile
Phone
None

Documents

Posted documents for Presolicitation N00019-22-RFPREQ-APM299-0161

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N00019-22-RFPREQ-APM299-0161

Incumbent or Similar Awards

Contracts Similar to Presolicitation N00019-22-RFPREQ-APM299-0161

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-22-RFPREQ-APM299-0161

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-22-RFPREQ-APM299-0161

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
Sept. 15, 2023
Last Updated By
jessica.l.lee1@navy.mil
Archive Date
Sept. 15, 2023