Follow-On Test and Evaluation Support for F/A-18 and EA-18G Aircraft (Operating Periods 23-27)
ID: N00019-24-RFPREQ-TPM265-1062Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (K015)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, intends to issue a cost-plus-fixed-fee, sole-source, indefinite delivery indefinite quantity (IDIQ) contract to The Boeing Company for Follow-On Test and Evaluation (FOT&E) support for the F/A-18 and EA-18G aircraft over a five-year period. This contract will require Boeing to assist in the integration of new and upgraded weapon systems, provide flight clearance updates for the United States Navy, and implement various product improvements and enhancements. The Boeing Company, as the original designer and manufacturer of these aircraft, possesses the unique expertise and data necessary for effective aeromechanical flight test efforts and analysis. Interested parties can direct inquiries to Jacob Heintze at jacob.r.heintze.civ@us.navy.mil, with questions due by February 15, 2025, at 1400 EST.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
    1680 - Five - Year Requirements Basic Ordering Agreement for the Repair of various items in support of the F-18 Aircraft.
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to establish a five-year Basic Ordering Agreement (BOA) for the repair of various items in support of the F-18 Aircraft. This procurement aims to identify eligible parties capable of providing the necessary labor, materials, and facilities for the repair services outlined in the attached Exhibit A. The items are critical for maintaining the operational readiness of the F-18 Aircraft, underscoring the importance of timely and efficient repair services. Interested parties must submit their capability statements within 15 days of the notice publication, and inquiries can be directed to Chad Fichter at chad.fichter@navy.mil or by phone at 215-697-5801. Source approval is required, and proposals lacking the necessary documentation will not be considered for award.
    1680 - Various FMS repair requirements in support of F-18 ATFLIR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to award a sole-source contract for various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves specific components, including an interconnecting box and a control converter, with quantities of four and one respectively, to be supplied by Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for the operational readiness of the F-18 aircraft, and the government intends to proceed with the award based on the lack of competitive alternatives, as the necessary data for competitive solicitation is not available. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    16--PARTS KIT,LANDING G- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of landing gear components for the F/A-18 E/F/G aircraft. The procurement involves the overhaul and repair of specific part numbers, including NSNs 1620-01-681-5270, 1620-01-681-4900, and 1620-01-681-4894, with a total quantity of 62 units for each part. These components are critical for maintaining the operational readiness and safety of military aircraft, underscoring their importance in defense operations. Interested vendors must submit their quotes via email to Anthony Boselli by the specified deadline, and must also comply with government source approval requirements prior to award. For further details, potential bidders can reach out to the primary contact at 215-697-1360 or via email at ANTHONY.F.BOSELLI2.CIV@US.NAVY.MIL.
    5998 - Various FMS repair requirements in support of F-18 ATFLIR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to fulfill various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves a range of specific circuit card assemblies, filters, amplifiers, and other electronic components, primarily sourced from Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for maintaining the operational readiness of the F-18 aircraft, and the government intends to award a sole-source contract due to the unique specifications and lack of competitive alternatives. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at erin.e.dolan11.civ@us.navy.mil or by phone at 215-697-2995.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    F-35 Consulting Services: Synopsis
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to sole source a contract for consulting services related to the F-35 program, with a focus on cost reduction strategies. The selected contractor, MATEC, will provide essential support in proposal evaluation, cost analysis, price analysis, and negotiation assistance for ongoing contract negotiations within the F-35 Joint Program Office. This procurement is critical for maintaining the procurement timelines of the Propulsion Production team, particularly for the finalization of the Propulsion lots 18-19 contract. Interested vendors must submit their capability statements by February 11, 2025, at 5:00 PM Eastern Time to Ethan Urey at ethan.urey@jsf.mil, noting that this opportunity is not open for competitive bidding and is subject to export control restrictions.
    N0038324Y9516
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole source contract with SIMMONDS PRECISION PRODUCTS for a Basic Ordering Agreement (BOA) concerning aircraft electronic components specifically for the V22 aircraft. The procurement focuses on an interface unit and a processor, which are critical components for the aircraft, and the government lacks the necessary data or drawings to source these parts from alternative suppliers. This contract, which will span five years, is governed by the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302, indicating that only one responsible source can fulfill the requirements, and interested parties must submit their capabilities within 15 days, with proposals accepted up to 45 days. For further inquiries, interested parties can contact Amanda Sweeney at 215-697-2198 or via email at AMANDA.SWEENEY@NAVY.MIL.
    V-22 Osprey Aircraft Loads and Dynamics Model Technical Data
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Fee delivery order to the Bell Boeing Joint Program Office for the provision of V-22 Aircraft Loads and Dynamics Models and related technical data. This procurement is essential to support the Production Line Shutdown (PLS) of the V-22 aircraft, which is critical for maintaining operational readiness and ensuring the integrity of the aircraft's design and performance. The contract will be awarded on a sole source basis, as Bell Boeing is the only responsible source with the necessary expertise and access to the required technical data. Interested parties may submit their capability statements within fifteen days of this notice, and for subcontracting opportunities, they can contact Jennifer Mckeon or Melissa Holland via the provided email addresses.
    15--BRACE ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 11 units of the Brace Assembly, identified by NSN 7R-1560-015332440-QE and part number 74A430800-2021, on a sole source basis from The Boeing Company. This procurement is critical as the Brace Assembly is an airframe structural component essential for the maintenance and repair of military aircraft, and The Boeing Company is the Original Equipment Manufacturer (OEM) with exclusive rights to the necessary data for this part. Interested vendors are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for August 2025; inquiries can be directed to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil.