Utah Bids > Bid Detail

L3 Harris Technologies Inc. BOA in Support of USN Programs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159876798341118
Posted Date: Jun 23, 2023
Due Date: Jul 7, 2023
Solicitation No: N00019-23-RFPREQ-APM299-0217
Source: https://sam.gov/opp/bfb05d4c63...
Follow
L3 Harris Technologies Inc. BOA in Support of USN Programs
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-APM299-0217
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?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 22, 2023 02:02 pm EDT
  • Original Response Date: Jul 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Salt Lake City , UT 84116
    USA
Description

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.



INTRODUCTION



The Naval Air Systems Command (NAVAIR) at Patuxent River, MD, announces its intention to issue a Corporate Basic Ordering Agreement (BOA) N0001923G0007, on a sole source basis, for the supplies and services in support of various United States Navy (USN) and Foreign Military Sales (FMS) programs, including, but not limited to:




  • P-3, EP-3, P-8 (all type, model, series)

  • V-22 (all type, model, series)

  • H-60 and S-70B (all type, model, series)

  • E-6B (all type, model, series)

  • Air Anti-Submarine Warfare (ASW) Systems, Multi-Static Active Coherent, ASPECT

  • AAE (Aircraft Armament Equipment)

  • MQ-4C Triton

  • MQ-8 and MQ-9 (all type, model, series)

  • C-130J (all type, model, series)

  • EA-18G (all type, model, series)



REQUIRED CAPABILITIES



Task/delivery orders issued under this BOA will provide the required supplies and services for the following systems/subsystems, which include, but are not limited to:




  • Bomb Rack Units (BRU-75A and 76A)

  • Small Tactical Terminal

  • Helmet Mounted Display/Degraded Visual Environment

  • AQS-18 Helicopter Long-Range Active Sonar (HELRAS) dipping sonar

  • Multi-Role Tactical Common Data Link (MR-TCDL)

  • Starlink Antenna Effort and Auxiliary Power Unit (APU)

  • Active System Performance Estimate Computer Tool (ASPECT)

  • Multi-static Planning Acoustics Toolkit (MPAcT)

  • BRU-55B (Aircraft Bomb Ejector Rack)

  • Systems/Subsystems in support of MQ-4C

  • Systems/Subsystems in support of MQ-8C and MQ-9A

  • l-2002-E and Olympia Small Swap System

  • Digital Exciter Unit (DEU)



The required supplies and services for the systems/subsystems above will be conducted at both contractor and government facilities, and are anticipated to include, but are not limited to:




  • Technical/engineering support, logistics, production, manufacturing, testing, training, and configuration management for development and upgrades

  • Subsystems and kit procurement and installation

  • Functional Support Requirement (FSR), supplies, and repair



Orders issued under the BOA will be synopsized individually to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or a sole source award to L3 Harris Technologies Inc., and to determine if any Small Business Set-Aside opportunities exist.



ELIGIBILITY



The preponderance of anticipated requirements under this BOA is utilizing NAICS 336413/PSC 1680.



ANTICIPATED PERIOD OF PERFORMANCE



The Corporate BOA will allow for the placement of orders from 1 October 2023 through 30 September 2028. Each order issued under this Corporate BOA will designate an applicable delivery date or period of performance. The anticipated agreement will be updated annually in accordance with FAR 16.703(c)(2).



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, cost-reimbursement, and time-and-materials orders will be eligible contract types for orders issued under this BOA, to be specified in each applicable order.



SUBMISSION DETAILS



Responses to this Sources Sought shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited.



The Government does not possess the necessary adequate technical or computer software data packages, or the data rights, necessary for these requirements. L3 Harris Technologies Inc. is the designer, developer, and manufacturer of the systems/subsystems listed herein and is uniquely qualified to provide the complete range of program support required by the Fleet.



Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11-inch pages with one-inch margins and font no smaller than 10-point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information in accordance with the dates within this Notice. Late responses submitted past this date may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. The Government will acknowledge receipt of the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following legend: “For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.” Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern, or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.



Responses to this Notice shall be sent no later than 1400 on 07 July 2023 via e-mail to Amanda Ellerbe at amanda.r.ellerbe.civ@us.navy.mil and Louise Joy at louise.m.joy.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
  • Jun 22, 2023 02:02 pm EDTSources 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 >