Missouri Bids > Bid Detail

F/A-18 and Other Weapons Systems/Subsystems and Associated Supplies/Services – Basic Ordering Agreement (BOA) SOURCES SOUGHT

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159990814142029
Posted Date: Feb 12, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/d54fa33e86...
Follow
F/A-18 and Other Weapons Systems/Subsystems and Associated Supplies/Services – Basic Ordering Agreement (BOA) SOURCES SOUGHT
Active
Contract Opportunity
Notice ID
24000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 12, 2024 03:55 pm EST
  • Original Response Date: Feb 27, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Saint Louis , MO 63134
    USA
Description

DISCLAIMER



THIS SOURCES SOUGHT NOTICE 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.



INTRODUCTION



The Naval Air Systems Command (NAVAIR) at Patuxent River, MD (V2231) awarded Basic Ordering Agreement (BOA) N0001921G0006 on a sole source basis to The Boeing Company of Saint Louis, MO (Boeing) for the procurement of supplies and services in support of various United States Navy (USN) and Foreign Military Sales (FMS) aircraft platforms on 13 April 2021. F/A-18 and EA-18G aircraft requirements are procured under this BOA under the authority of Class Justification and Approval for Other than Full and Open Competition (CJ&A) 21-0113. This CJ&A authorization expires on 14 March 2026.



Boeing is the sole designer, developer, manufacturer, and supplier of the F/A-18 and EA-18G aircraft and systems and is the systems integrator for contractor and government-furnished equipment; weaponry; and aircraft communications, navigation and interrogation equipment, as well as engineering change proposals. Only Boeing possesses the technical data, unique and specialized engineering capability, resources, subject matter expertise, tooling, facilities, aerodynamic and structural appraisal of fatigue effects databases, engineering processes, and manufacturing processes critical to satisfying the Government’s requirements. The Government does not own a complete F/A-18 drawing package with Government Purposes Rights (GPR), and Boeing, to date, has refused to grant GPR to the Government in engineering and manufacturing process data. The issuance of this BOA fell within the statutory authority of 10 U.S.C 3204(a)(1) [formerly known as 10 U.S.C. 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."



THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. Per FAR 10.002(b)(1), the Contracting Officer may rely on market research conducted within 18 months prior to award of a delivery order. The purpose of this sources sought notice is to conduct market research in support of delivery orders issued under N0001921G0006 after 12 April 2024 (36 months from the award date of the BOA). It is a market research tool being used to determine if eligible small business firms exist who are capable of providing the supplies and services described herein. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought notice.



A separate Pre-solicitation Notice/Synopsis will be posted for each individual BOA order per FAR 16.703(d)(2)(iv).



ELIGIBILITY



The preponderance of anticipated requirements under this BOA is PSC 1510. The NAICS is 336411 with a small business size standard of 1,500 employees or less. All interested businesses are encouraged to respond.



ANTICIPATED PERIOD OF PERFORMANCE



BOA N00001921G0006 allows for the placement of task/delivery orders from 13 April 2021 through 12 April 2026. Each task/delivery order issued under this BOA designates an applicable delivery date or period of performance. The BOA is updated annually in accordance with FAR 16.703(b)(3).



ANTICIPATED CONTRACT TYPE



Per FAR 16.703(a), a BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor. A BOA is not a contract. It is anticipated that fixed-price and cost-reimbursement contract types will be used for orders issued under this BOA, to be specified in each applicable task/delivery order.



REQUIRED CAPABILITIES



Task/delivery orders issued under this BOA will provide the required supplies and services in support of the following programs: F/A-18, EA-18G, P-8A, T-45, AV-8B Harrier, E-6B, Air Combat Electronic Systems, Harpoon, Standoff Land Attack Missile-Expanded Response (SLAM-ER), C-40A Clipper, Direct Attack JDAM/LJDAM, and P-8A Air Anti-Submarine Warfare weapon systems and subsystems.



Since at least a portion of the BOA will involve orders of a cost-type basis, a firm performing work under the BOA must have a Government approved accounting system.



INCUMBENT



The incumbent contractor is: The Boeing Company, 6200 JS McDonnell Blvd, St. Louis, Missouri 63134.



Responses to this sources sought notice shall be sent to william.d.gentry20.civ@us.navy.mil. Submissions must be received at the office cited no later than 5:00 p.m. Eastern Standard Time on 27 February 2024. Questions or comments regarding this notice may be addressed to Patricia Reed at (301) 995-3979 or via email at patricia.a.reed109.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 12, 2024 03:55 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >