High-Speed Anti-Radiation Missile (HARM) Parts for Sustainment and Repairs FY24
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159337744428944 |
Posted Date: | Jul 19, 2023 |
Due Date: | Aug 18, 2023 |
Solicitation No: | N00019-23-RFPREQ-WPM242-0032 |
Source: | https://sam.gov/opp/45c7653d5f... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jul 19, 2023 05:45 pm EDT
- Original Response Date: Aug 18, 2023 06:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 02, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
-
NAICS Code:
- 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Tucson , AZ 85756USA
The Naval Air Systems Command (NAVAIR) intends to award a sole source Firm-Fixed Priced (FFP) Delivery Order (DO) under Basic Ordering Agreement (BOA) (N00019-20-G-0007) to Raytheon Company to procure High-Speed Anti-Radiation Missile (HARM) parts for sustainment and repairs. This procurement will include the following parts:
Nomenclature
Part Number
Qty
Compensated Electrically Erasable Programmable Read-Only Memory (COMP EEPROM) Mod - AGM-88B only
704AS1510
90
Integrated Receiver Module (IRM) - B and C/F
704AS9784-4
112
Surface Wave Device (SWD) B and C/F
704AS8634
133
New Threat Intermediate Frequency (NTIF) Module Assembly
704AS11694
6
Contact, Mesh
704AS1268-2
996
Contact, Mesh
704AS1268-4
230
Contact, Mesh
704AS1268-3
429
Gasket, Foil
704AS8947
459
Radio Frequency (RF) Switch
704AS11215
38
Shunt
10293290
10
Assemble, Inertial Platform
704AS3396-2
69
Linear Motion Potentiometer (Linear Pot)
704AS3644
134
Wing Control Module
704AS3659-2
66
Printed Wiring Board
704AS8149-2
61
Gaskets, Electromagnetic Interference (EMI) New Threat Intermediate (NTIF) Connectors
704AS8259
560
Electrically Erasable Programmable Read Only Memory (EEPROM)
704AS8670
1
Coil, Radio Frequency (RF)
704AS9624-2
1
Pin Radio Frequency (RF)
704AS8444-2
768
Battery Cables
704AS3438-2
78
Bushing Center Support
704AS8334
550
Electromagnetic Interference (EMI) Filter
704AS9930-2
14
Preselector/Amplifier Assembly (PSA)
704AS8239-2
84
Video Processor (VP)
704AS11967
3
Video Processor (VP)
704AS7900-2
65
Attenuator Shutter
704AS9893-1
70
Interdeck Shield, Compressed Mesh
704AS9390
600
Screw
704AS12256
80
Pin, Modified
704AS11370
760
Washer, Radio Frequency (RF)
704AS8410
2880
Microcircuit, Digital
M38510/34102BEA
130
Carrier Board Assembly
704AS3681
68
Terminal, Stud
SE181E01S
68
Power Supply Assembly
704AS3732
68
Semiconduct Diode
JANTX1N5551
68
Interface Module Assembly
704AS3663-2
64
Battery Primary Type
704AS9802
68
Guard, Foreign Object, Ground Support Equipment (GSE)
704AS4957
68
Guard, Foreign Object, Battery
704AS4958
68
Inertial Platform Change of Direction (COD)
704AS3396
68
Transistor
JANTX2N2222A
68
Act Linear
704AS9804
64
Single Aperture Antenna (SAA) Switch Assembly
704AS10707
16
Radome
704AS8006-2
30
Electrical Component Mount Assembly
704AS1301-1
130
Radio Frequency (RF) Switch Single-Pole Four Throw (SP4T)
704AS9825-1
130
Transducer
704AS9882
68
Gasket
704AS8920-2
16
Gear Motor
704AS9993
68
Contact
704AS9377-2
130
Control Housing
704AS3428-2
64
Gear, Spur
704AS3456
68
Radio Frequency (RF) Compensation Module Assembly
704AS1410
130
Power Supply Assembly
2294400-1
68
Fixed Tune Oscillator Assembly
704AS1732
130
Single Aperture Antenna (SAA) Switch Driver
704AS13226
20
Umbilical Cable
704AS3645
69
Quick-Latch Cover Assembly 1711300
704AS11300
130
Module, Frequency Multiplier
704AS9830
130
Microcircuit, Linear Current Amp
704AS9408-1
130
The DO will consist of a base period for Fiscal Year (FY) 2024 requirements, and option periods for FY2025 and FY2026 requirements.
DISCLAIMERS
These requirements will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy the requirements.” In accordance with FAR 6.302-1(a)(2)(ii), the HARM supply parts being procured through this follow-on contract action have been deemed to be available only from the original source because award to any other source would result in unacceptable delays in fulfilling the agency’s requirements. The HARM Weapon System, comprised of the HARM AGM-88B/C/F missile, related avionics components, and support equipment, was designed, developed, and manufactured by Raytheon over the course of 25 years. Subsequent to fielding, Raytheon was identified as the Commercial Depot for the HARM program and Raytheon has operated in that capacity for approximately 26 years. Accordingly, Raytheon is extremely familiar with the HARM parts needed to support repairs for HARM GS/CS at its commercial depot facilities. Awarding to any source other than Raytheon, would require the Government to qualify and certify that the parts produced by alternative sources are compatible with the HARM GS/CS. Based on historical production qualification timelines, such a process would result in an unacceptable two year break in the supply of HARM supply parts, causing an unacceptable delay in the repair of HARM assets. Further, many HARM supply parts are unique to the HARM Weapon System and can only be tested, at the component level, using custom test equipment that only exists at Raytheon’s facilities. For these reasons, Raytheon is the only responsible source that has the unique capabilities and data to provide the Government’s HARM supply parts
This synopsis is published for informative purposes (THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement is within the discretion of the Government. No phone inquiries will be entertained. Companies interested in subcontracting opportunities may contact Raytheon Company, 1151 E Hermans Road, Tucson, AZ 85756. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interest parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
- Ryan Thompson
- joshua.r.thompson1@navy.mil
- Phone Number 3013429616
- Kathryn L Volpe
- kathryn.l.volpe2.civ@us.navy.mil
- Jul 19, 2023 05:45 pm EDTPresolicitation (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.